Loading...
HomeMy WebLinkAboutEC15-102 - Original - Barghausen Consulting Engineers, Inc. - Riverbend Par 3 Survey - 03/17/2015 rvsn5x .7` n:r - ' �3 i `� }? �J p A Qg KENT Records MApt e m e � Document WASHINQT.N E XCI 5 .; � a � 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: Barghausen Consulting Engineers Vendor Number: 56344 -JD—Edwards Number Contract Number: f't This is assigned by City Clerk's Office Project Name: Riverbend Par3 Survey Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ❑ Contract ❑ Other: Professional Services Agreement Contract Effective Date: 3/17/15 Termination Date: 12/31/15 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kurt Hanson Department: ECD Contract Amount: $20,000 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): As of: 08/27/14 SENT PROFESSIONAL SERVICES AGREEMENT between the City of Kent and Barghausen Consulting Engineers, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Barghausen Consulting Engineers, Inc. organized under the laws of the State of Washington, located and doing business at 18215 75nd Ave. S. Kent, WA 98032 (425) 251-6222 (hereinafter the "Contractor"). I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City: To complete a ALTA/ASCM Boundary Survey, Limited Topographic Survey, and LIDAR survey for the Riverbend Par 3 Golf Course located along Meeker Street in Kent consisting of aproximately 30 acres plus approximately 6 acres of shoreline area along the Green River to the ordinary high water mark. The survey will include + or - 18.5 acres located south of the Park Parcel, and the Riverbend Driving Range property extending to Russell Road, As detailed in the scope of work attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement, and Contractor shall complete the work by June 30, 2015. III. COMPENSATION. The City shall pay Contractor a total amount not to exceed $20,000.00 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. PROFESSIONAL SERVICES AGREEMENT - 1 (Over$10,000) D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's 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 I PROFESSIONAL SERVICES AGREEMENT - 2 (over$10,000) 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. 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. H. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code, 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. CONTRACTOR: CITY OF KENT: By: ` -. By: (sigpatu I (signature) Print Name: ✓ I Print N e: SLizette Cooke Its: x r^, (title) Its Mayor DATE: r DATE: /.a PROFESSIONAL SERVICES AGREEMENT - 3 (Over$10,000) NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Daniel K. Balmelli, P.E. Executive Vice President Ben Wolters, Economic & Community Barghausen Consulting Engineers Development Director 18215 72"d Ave. S City of Kent Kent, WA 98032 220 Fourth Avenue South Kent, WA 98032 (425) 251-6222 (telephone) (425) 251-8782 (facsimile) (253) 856-5702 (telephone) __ _CM)_856_6454 (facsimile) APPROVED AS O FOND* A Kent Law Department it PROFESSIONAL SERVICES AGREEMENT - 4 (Over$10,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response Is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and It will be at the City's sole determinatlon 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 /0 day of �� tz ( ,j , 20157. By: � 7 For: YE r a IV4 E711 1 Title: F)C_ EiL / y,-P, Date: I r7 EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. i EEO COMPLIANCE DOCUMENTS - 2 i li 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 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: it EEO COMPLIANCE DOCUMENTS - 3 I i �1 CIVIL ENGINEERING,LAND PLANNING,SURVEYING `y G � u NC'ENGINE February 9, 2015 '.. Revised February 27, 2015 I Ben Wolters, Director City of Kent Economic and Community Development 400 West Gowe Kent,WA 98032 RE: Proposal for ALTA/ASCM Boundary Survey for Riverbend Par 3 Golf Course Property Located along Meeker Street in Kent, Washington Dear Ben, As requested, we are pleased to provide our proposal for completing an ALTA/ASCM Boundary Survey, Limited Topographic Survey, and LIDAR Survey for the Riverbend Park 3 Golf Course property located along Meeker Street in Kent, Washington consisting of approximately 30 acres plus approximately 6 acres of shoreline area along the Green River to the ordinary high water mark. The survey will include t 18.5 acres located south of the Park Parcel, the Park Parcel, and the Riverbend Driving Range property extending to Russell Road. The following summarizes the survey proposal. SCOPE OF WORK FOR ALTAIASCM BOUNDARY SURVEY The ALTA/ASCM survey will be prepared based on a current title report of the properties to be provided to our office and will include all easements of record and encroachments found in the field survey. The survey will include the locations and dimensions of all existing structures, fences, paved parking areas, and surface improvements including the location of the Green River pedestrian trail and the location and elevations of the ordinary high water mark along the full length of the Green River adjacent to the properties. The survey will also include the location and elevations of the existing back of walk along West Meeker Street. The survey will include the locations of existing off-site building corners along the boundary of the Park Parcel. LIDAR survey information will also be provided for the entire site within the limits of the survey. The survey will be prepared based on the horizontal and vertical datums of the City of Kent and will include all items marked on the attached Table A list. The survey will be prepared on AutoCAD at a scale of 1-inch to 50-foot scale. Both electronic and hardcopies of the completed survey will be provided for your review and use. Fee: $15,800 Plus Reimbursable Expenses I believe that the above-referenced scope of work summarizes the Survey services that are required. Reimbursable Expenses. All reimbursable expenses will be in addition to the proposed contract fees and will be itemized each month and billed as outlined on our Standard Invoicing Procedures Fee Schedule. Administrative support services are billed on an hourly rate basis according to the attached fee schedule. We consider computer administration services to be a reimbursable expense for the purpose of this contract and will charge a fee equal to three percent(3%)of our professional fees. 18215 72ND AVENUE SOUTH KENT,WA 98032 (425)251-6222 (425)251-8782 FAX BRANCH OFFICES ♦ TUMWATER,WA o LONG BEACH,CA o ROSEVILLE,CA e SAN DIEGO,CA w .barghausen=m i Ben Wolters, Director City of Kent February 9, 2015 Economic and Community Development -2- Revised February 27, 2015 If this proposal is acceptable to you, please acknowledge acceptance of the terms and conditions of this contract by signing the enclosed copy of this letter and the enclosed Standard Provisions and Agreement and Contract Addendum in the appropriate spaces, and return them to our office. Please be sure that each page of the Standard Provisions and Agreement and Contract Addendum is signed and initialed where required. If you have any questions or would like to discuss this proposal in further detail, please feel free to contact me. This proposal will be valid if executed within 90 days of the date of this letter. We appreciate the opportunity to provide our services to your company and look forward to working with you on this project. Visit our web site at www.barghausen.com to learn more about our company and to see what other services we have to offer. Sincerely, Daniel K. Balmelli, P.E. Executive Vice President DKB1bd g6.948.doc enc: As Noted cc: Jeff Watling, City of Kent, Director of Parks Kurt Hansen, City of Kent, Economic Development Manager Dennis Saltys, Barghausen Consulting Engineers, Inc. BCE Proposal BARGHAUSEN CONSULTING ENGINEERS, INC. STANDARD INVOICING PROCEDURES Contract Addendum Consultant shall submit its invoices monthly, and each invoice shall be due and payable upon receipt by the client. Delinquent amounts shall earn interest, from the date of the unpaid invoice, at the rate of one and one-half percent(1 1/2%) per month if the amounts due are not received by Consultant within thirty(30) days of the date of the invoice. Retainers received will be deducted from final invoice at completion of contract services. Fixed fee contract tasks will be billed monthly on a percentage of completion. Hourly rate contract tasks will be billed monthly with an itemization of the services provided, according to the following fee schedules. It is assumed that the Consultant shall have the flexibility to spend more in one task and less in another, if the total budget is not exceeded. Contract budgets and fees shall be adjusted annually to reflect Consultant's increase in direct and indirect costs. FEE SCHEDULE (Effective 2/1/2013) Professional Fees Reimbursable Expenses Principal Engineer..................................$160.00/Hour Administrative Support Services ............ $56.00/Hour Senior Project Engineer.........................$136.00/Hour Computer Administration Fee ................................3% Project Engineer....................................$128.00/Hour Diskettes....................................................$4.00/Each Design Engineer....................................$108.00/1-Iour CD-R .........................................................$8.00/Each Senior Project Architect.........................$136.00/Hour CD-R Labeled .........................................$12.00/Each Project Architect.....................................$104.00/Hour CD-R Labeled with Case.........................$16.00/Each Landscape Architect..............................$104.00/Hour Zip Disk ...................................................$10.00/Each Job Captain............................................$100.00/Hour � Senior CADD Technician...'. $94.00/Hour Courier Services With MilebRadiustants. $40.00/Eacho CADD Technician....................................$84.00/Hour Survey Crew..........................................$156.00/Hour Outside 20-Mile Radius.................$50.00/Each Survey Manager....................................$136.00/Hour Vehicle Mileage...........................................$0.55/Mile Professional Land Surveyor .................$120.00/Hour 0p Bond....................................................$0.25/SF Senior Survey Technician......................$100.00/Hour Re ro Polyelster Film 5...................................$3.00/SF Survey Technician ...................................$92.00/Hour � Color Bond..........................................$2.00/SF i Senior Planner.......................................$120.00/Hour 0 Color Presentation ..............................$2.00/SF Project Planner......................................$102.00/Hour Transparent Bond ...............................$1.10/SF Assistant Planner.....................................$90.00/Hour r Color Copy 8 112 x 11 .....................$1.75/Each Senior Project Manager.........................$136.00/Hour r Color Copy 11 x 17.........................$2.60/Each Project Manager....................................$120,00/Flour r Mounting Board ............................$20.00/Each Project Administrator.............................$104.00/Hour Air Travel...................................................Actual Cost Project Coordinator..................................$84.00/Hour Overnight Accommodations......................Actual Cost Expert Witness.......................................$300.00/Hour Rental Car/Taxi..........................................Actual Cost Overnight/Express Deliveries....................Actual Cost In order to preserve our lien rights, the laws of the state of Washington require that you are advised that we are furnishing services and materials for use on your property and that we may claim a lien for the value of those services and materials. We do not anticipate the necessity of making such a claim of lien, and trust that you will not construe this notification as any reflection on you. It is sent only as a statutory requirement pursuant to R.C.W. 60.04.031. A fee will be charged if it is necessary to place a lien when payment is not received within 90 days from the date last worked on the project. ACCEPTED BY: Page 4 of 4 g6.948a.doc[Rev 3115113] 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. i Ili EXHIBIT B (Continued) 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 $2,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 3. Professional Liability insurance shall be written with limits no less than $2,000,000 per claim and $2,000,000 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 AXII. i i EXHIBIT B (Continued) 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. i I f>,CpR CERTIFICATE OF LIABILITY INSURANCE DATE(MMDOMYS) � 3I612015 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($), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the polley(les)must be endorsed. If SUBROGATION IS WAIVED,subject to j the terms and conditions of the policy,certain policies may require an endonsemenL A statement on this certificate does not confer rights to the certificate holder In lieu of such endoreemen e . PRODUCER UNWOT Gail Scott Arthur J.Gallagher Risk Management Services,Inc. PHONE FAx P.O.Box 367 a E,y.425.586-1031 A e. .425-451-3716 Bellevue WA 98009-0367 ��sy.gall Soottgajg.CWom I!SURER$ AFFORDING COVERAGE NAICF INSURER A:Amedcon Insurance Company 21857 INSURED INSURERS: Barghausen Consulting Engineers, Inc. INSURER C: 18215-72nd Avenue South Kent,WA 98032-1006 INSURER D: INSURERS: INSURERF• COVERAGES CERTIFICATE NUMBER:563055232 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. WLTR SR AV TYPE OF INSURANCE D POLICY NUMBER I:BUHR PO U F FOU LIMITS A x COMMERCIAL GENERAL LIABILITY Y MU80901015 2812015 2J2W2016 EACH OCCURRENCE 42.000.000 CLAIMS-MADE 51 OCCUR P EMISEE(F,Margxn o) SI,000,000 X COntraC(Ual MEDEXP IYHPNS011 55.000 xi Ind. PERSONAL&ACV INJURY $2.000,000 GERL AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE S2,OD0,000 POLICY El MOT E�LOG PRODUCTS-COMPIOP AGO 32,000,COD OTHER 1 1$ A AUSOMOeuE LUIBIUTY Y MZx80981816 812016 2812D10 lEa8CCOM0 $1,000000 X ANY AUTO BODILY INJURY(Pat person) S S8rED AStCIITIFdgULED eODILY(NJURY(Po ecddem) S HIRED AUTOS NON OWNED $ AUTOS Per axWant 3 UMBRELLA LIAR HOCCUR EACH OCCURRENCE S EXCESS LOVE CIAIMSMADE AGGREGATE $ OED RETENTIONS p $ A WORKERS COMPENSATION MZX80061615 WA StopGap 812015 M016 8 OR- AND EMPLOYERS'LIABILITY �IfP,RENN IETORMR ARTTNERAEXECUTIVE YINXCLUDGC1 E.L.EACH ACCIDENT $1.000.000 1Mandatory Na NH) E.L.DISEASE•EA EMPLOYE $1,OD0,000 Nyy»»doccdas DESCRIPnONOFOerPERATION5 E.L.DISEASE B•POLICY LIM51,000,OOD DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES JACORD 101,AddNbnal Romarks Schedolp may be attached If mom space la roqulred) Workers Compensation covered by Washington State Industrial with Dept.of Labor&Industries. RE:City of Kent Par 3 Survey The City of Kent is included as Additional Insured for General Liability(GL All Endls#CG2026 and CG2037)and Auto Liability as respects operations of the Named Insured.GL and AL Primary and Non-Contribulory IS Included where required by written contract. 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. Attn:Julie Pulliam 400 West Gowe AUTHOMMU REPRBSENTATNE Kent WA 98032 of 1198888-2014 ACORD CORPORATION, All rights reserved. ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD OATE R®® CERTIFICATE OF LIABILITY INSURANCE D�MMMUNM 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 polioy(les)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 bolder In Ilan of such endomementlisli. PRODUCER CONTACTNAME, Gail Scan Arthur J.Gallagher Risk Management Services,Inc. PHONE 425 58&1D31 F 425451 P.O.Box 367 Bellevue WA98009.0367 ..gall Scott@ajg,com INSURERS)AFFORDING COVERAGE NAIC0 INSURERA•Henoyef insurance Company 22292 INSURED INSURERS: ._.. Barghausen Consulling Engineers, Inc. INSURER c: 18215-72nd Avenue South INSURER D: Kent,WA 98032.1006 INSURERS: INSURER F: COVERAGES CERTIFICATE NUMBER:102899417e SION 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. INSR1 AIDUL ON LTII TYPEOFINSURANCa 1 POLICY NUMBER Mumpr1 eFF 11 Lip F%P UI4ITS COMMERCIAL GENERAL LABILITY EACH OCCURRENCE S CWMS•AADE1:1 OCCUR REMSE aoc ca S MEG EXP onePerson) S �- PERSONALSADVINJURY S CEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S POLICY❑PROT- ❑LOC PRODUCTS•COMP/OP AGO S JEC OTHER: S COMI AUTOMOBILE LABILITY 9 AD AUTOMOBILEINGLE LIMIT $ ANY AUTO BODILY INJURY(PW perwn) S MJTSS ED 6CHMIRPD BODILY INJURY(Per sCOdQN) S NON-OWNED S HIREDAUTOS AUTOS IFeremQeN S UMBRELLA UAB OCCUR EACH OCCURRENCE S EXCESSUAB i CLAIMS-MADE AGGREGATE S DIED I I RETENTIONS y S WORXERSCOMPENBATION S OR ANDEMPLOYEWUASIUTY ANY PRORIETORIPARTNERE(ECUTIVE Y� P S NIA EL EACH ACCIDENT OFFICERNEMSER EXCLUDED'? (Mandaleryin NHl E.L.DISEASE•EA EMPLOYEE S N yaa.desmbe ands DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S A PJofemlonal Liability LH2ASS468100 a12016 212&7DIG Per Claim Limit 2.000.000 Claims Made A00rellate Limit 3,000,000 Retention 150,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,AddNlone Ramadm Schedulo,my be aeaehod H mars space is requim) Evidence of Insurance. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES eE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Julia Pulliam 400 West Gowe AUTHORM REPRESENTATIVE Kent WA 98032 � (&A ) 01988.2014 ACORD CORPORATION. All rights reserved. ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD A�® CERTIFICATE OF LIABILITY INSURANCE 3/6/2015�D1 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 endorsements. PRODUCER NAME ACT Gail Scott !! Arthur J. Gallagher Risk Management Services, Inc. PHONE q25-586-1031 FAX .425-451-3716 P.O. Box 367 (Arc-IL E.- Bellevue WA98009-0367 EDO MAIL ,gail_scott@ajg.com INSURERSI AFFORDING COVERAGE NAIC If INSURERA:American Insurance Company 21857 INSURED INSURERS: Barghausen Consulting Engineers, Inc. INSURERC: _ !, 18215-72nd Avenue South Kent,WA 98032-1008 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:563055232 REVISION NUMBER: !I 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 ADDLISUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR MO POLICY NUMBER MMIDDIffff MMIDDIYYYY LIMITS A X COMMERCMI-GENERALLIABILITY Y MZX80961615 26/2015 26/2016 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS-MADE F]OCCUR PREMISES Ea occurrence $1,000,000 !, X Contractual MED UP(Any one person) $5,000 x IDCI. PERSONAL a AOV INJURY $2,000,000 GEHL AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $2.000,000 POLICY PEA LOC PRODUCTS AGE $2,000,000 �! OTHER: $ A AUTOMOBILE LIABILITY Y MZX80961615 26/2015 212612016 Eabs6cdtlent LE L IT $1,000,000 !, X ANY AUTO BODILY INJURY(Par person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED PROPERTY DAMAGE S AUTOS Per accidenlZ___ $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ .__ EXCESS LIAS CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ ! A WORKERS COMPENSATION MZX80901015 WA SlopGap 26/2015 212612016 STATUTE OTRH- AND EMPLOYERS'LIABILITY --------- IN ANYPROPRIETORIPARTNER/EXECUTIVE Y� NIA E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? -- _- (Mandatory In NH) E.L.DISEASE-FA EMPLOYE $1,000,000 _ If yes,desctlbe undef DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Workers Compensation covered by Washington State Industrial with Dept. of Labor& Industries. RE: City of Kent Par 3 Survey ! The City of Kent is included as Additional Insured for General Liability(GL All Endts#CG2026 and CG2037)and Auto Liability as respects operations of the Named Insured. GL and AL Primary and Non-Contributory is included where required by written contract. 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. Attn:Julie Pulliam 400 West Gowe AUTHORIZED REPRESENTATIVE Kent WA 98032 @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD (MMI A� CERTIFICATE OF LIABILITY INSURANCE 3/6/2015 DDmvv) 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 endorsements. PRODUCER CONTACT Gail Scott NAME: Arthur J. Gallagher Risk Management Services, Inc. PHONE 425-586-1031 FAX .425-451-3716 P.O. Box 367 A[D,R°�1' Bellevue WA 98009-0367 ErdAIL .gail_scott@ajg.com INSURERISI AFFORDING COVERAGE NAICN INSURER A:Hanover Insurance Company 22292 INSURED INSURERS: Barghausen Consulting Engineers, Inc. INSURERC, 18215-72nd Avenue South Kent,WA 98032-1006 INSURERD: INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 1028994176 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 NTH 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 A a POUCYEFF POLICYEXP LTR TYPE OF INSURANCE INSD MID POLICY NUMBER MWDDIYYYY MMIODNYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S DAMAGE TO RENTED CLAIMS-MADE ❑OCCUR PREMIS_ES.(Ee occurrence $ __ _ MED FXP(Any one parson) Is PERSONAL&ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: _GENERAL AGGREGATE I$ J POLICY JECT LOC _PRODUCTS-COMP/OP AGG I S PRI- OTHER: I S AUTOMOBILE LIABILITY MS ED N L L S (Ea accident ANYAUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) 5 HIRED AUTOS NON-OWNEDAUTOS OPERTY MMAGE S AUTOS Per accident S UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAS CLAIMS-MADE AGGREGATE S DED RETENTIONS Is WORKERS COMPENSATION PER OTH- I AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETORIPARTNERIEXECUTIVE ❑ NIA E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EAEMPLOYE $ If yes de cin aunder DESGIRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S A Professional Liability 1-112A50466100 212812016 2612016 Per Claim Limit 2,DOO,000 Claims Made Aggregate Limit 3,DOD,000 Retention 150,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES tACORD 101,Additional Remarks Schedule,may be attached if mare space Is required) Evidence of Insurance. 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. Attn:Julie Pulliam 400 West Gowe AUTHORIZED REPRESENTATIVE Kent WA 98032 I (�R @ 1988.2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD I Additional Insured - Designated Person or Organization - CG 20 26 04 13 :.Policy Amendmem(s)Commercial General Inability Insured:BARGHAUSEN CONSULTING ENGINEERS INC Policy Number- MZ%80961615 Producer:ARTHUR J. GALLAGHER RISK MANAG Effective Date: i 2/26/2015 'Ibis endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part schedule Name or Additional Insured Person(s) Or Organization(s): Blanket where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations, A. Section It - Who Is An Insured is amended to insurance afforded to such additional insured include as an additional insured the person(s) or will not be broader than that which you are organization(s) shown in the Schedule, but only required by the contract or agreement to with respect to liability for bodily injury, property provide for such additional insured. damage or personal and advertising injury caused, in whole or in part, by your acts or omissions or R. With respect to the insurance afforded to these the acts or omissions of those acting on your additional insureds, the following is added to behalf Section III- Limits Of Insurance: 1. In the performance of your ongoing If coverage provided to the additional insured is operations; or required by a contract or agreement,the most we will pay on behalf of the additional insured is the 2. 'In connection with your premises owned by amount of insurance: or rented to you 1. Required by the contract or agreement;or However: 2. Available under the applicable limits of L The insurance afforded to such additional Insurance shown in the Declarations; insured only applies to the extent permitted by law;and whichever is less. 2. If coverage provided to the additional insured This endorsement shall not increase The applicable is required by a contract or agreement, the Limits of Insurance shown in the Declarations. This Form must he attached to Change Endorsement when issued after the policy is written. One of the Fireman's/Fund Durance Companies m named in the policy Aft Secretary President , CG2026 413 ®Inmrsnee services Office,Inc.,2012 I � Additional Insured - Owners, Lessees or Contractors - Completed Operations - CC 20 37 04 13 Policy Amendment(s)Commercial General liability 1� I Insured: BARGHAVSEN CONSULTING ENGINEERS INC Policy Number: ^ MZX80961615:-, Producer:ARTHUR J. GAI,LAGHER RISK MANAG Effective Date: 2%SbJ2i115 � I This endorsement modifies insurance provided under the fidlowing: O Commercial General Liability Coverage Part Products/Completed Operations Liability Coverage Part � Schedule I Name Of Additional Insured Person(s) Location And Description Of Or Organization(s) Completed Operations Blanket where required by written contract Information required to complete this Schedule, if not shown above,will be shown in the Declarations. V o A. Section II - Who Is An Insured is amended to required by the contract or agreement to g include as an additional insured the person(s) or provide for such additional insured, organiration{s) shown in the Schedule, but only with respect to liability for bodily injury or R. With respect to the insurance afforded to these property damage caused, in whole or in part, by additional insureds, the following is added to a your work at the location designated and described Section III- Limits Of Insurance: in the Schedule of this endorsement performed for If coverage provided to the additional insured is that additional insured and included in the products-completed operations hazard. required by a contract of agreement, the most e will pay on behalfof the additional insured is the However: amount of insurance: 1. The insurance afforded to such additional 1. Required by the contract or agreement;or insured only applies to the extent permitted 2. Available under the applicable Limits of by law; and Insurance shown in the Declarations; 2. If coverage provided to the additional insured whichever is less. is required by a contract or agreement, the g insurance afforded to such additional insured This endorsement shall not increase the applicable will not be broader than that which you are Limits of Insurance shown in the Declarations. F, This porm must be attached to Change Endorsement when issued after the policy is written. a One of the Firemon's Fund insurance companion as named in the policy Secretary President N 1 002037 4-13 ©Inwranco semen OfOce,Inc.,2012 ,pr O REQUEST FOR MAYOR'S SIGNATURE IGEIi� Please Fill in All Applicable Boxes Ori inator., f x r' Phone (Originator): J t'-§i 1 x�, t Date Sent: Date of Council Return / x, ,, - Date of Approval from Finance Signed Document t0 a ,'=^' tx �" ,, x (Only required on contracts $10,000 &over or on'any Grant Date Required: ' Date of Ap royal from Risk Manager: x �� Vendor fame: Budgeted: YES p0. NO ❑ Brief Explanation of Document: s , e t !f All Contracts Must Be Routed Through The Law Department S (This area to be,cgmiplef91yeM (aW,-,)epartment) t � u Received: , �= ��� , vi Law Department Approved as to Form: Law Dept. Comments: S- ` Date Forwarded to Mayor: t�` Shaded Areas To Be Completed By Administration Staff= Received: ('Imv Cif Recorpmendations and Comments Date Returned. ' „t v' ? z_ ✓{r :"� ! '€ rr v emrJe..a�m.m rrw.amowma sn�ru uavo+:ayo.waaoo.