Loading...
HomeMy WebLinkAboutPW15-196 - Original - Transpo Group - S 224th Street Project - Traffic Engineering Services - 05/29/2015 . _ ecords , eme KENT Document WASHINGTON f 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: Transpo Group Vendor Number: JD Edwards Number Contract Number: iS '�o� This is assigned by City Clerk's Office Project Name: S. 224t" Street Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: "Contract Effective Date: Date of the Mayor's signature Termination Date: 6/30/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Garrett Inouye Department: Engineering Contract Amount: $17,555 00 Approval Authority: (CIRCLE ONE) Department Director Mayor Cityr Council Detail: (i.e. address, location, parcel number, tax id, etc.): Transpo Group shall provide traffic engineering services to the city of Kent for the design of traffic signal modifications and the analysis of roadway illumination associated with the proposed South 224t" Street improvement project. As of: 08/27/14 a <9 KENT WASH I N'G TO N - CONSULTANT SERVICES AGREEMENT between the City of Kent and i Transpo Group THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Transpo Group organized under the laws of the State of Washington, Located and doing business at 11730 118th Ave. NE, Suite 600, Kirkland, WA 98034 Phone: (425) 821-3665/Fax: (425) 825-8434, Contact: Ryan Peterson (hereinafter the "Consulta`nt") 9' I. DESCRIPTION OF WORK. Consultant shall perform 'the following services for the City in accordance, with the following described plans and/or specifications: The Consultant shall provide traffic engineering services to the city of Kent for the design of 'traffic signal modifications and the analysis of roadway illumination associated with the proposed South 224. Street improvement project. For a description, see the Contractor's Scope of Services which is attached as Exhibit A and incorporated by this reference'. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. I11i 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 June 30, 2016. , III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Seventeen Thousand, Five Hundred Fifty Five Dollars ($17,555.00), 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) fora 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 (Over$10,000) T 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 he ;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 theperformance 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, sexuall ;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 (Over$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 rby 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. CITTS RIGHT` OF INSPECTION. Even though Consultant is an independent I contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Over$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` an'"Y 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 g p y pay gal costs and attorney's fees incurred in defending or Agreement, each art shall a all its le 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., 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 (Over$10,000) t 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 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. 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. J. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the 'parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: • :� By:- BY (signature) (signature) Print Name: vow eeeN45 Pri N zette Cooke Its Its Mayor (title) 7c.7 DATE: S /� /j` DATE: NOTICES TO.,BE'SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Ryan Peterson Timothy J. LaPorte, P.E. Transpo Group City of Kent 1173,0 118t" Ave, NE, Suite 600 220 Fourth Avenue South Kirkland, WA,98034 Kent, WA 98032 (425) 821-3665 (telephone) (253) 856-55.00 (telephone) (425) 825-8434 (facsimile) (253) 856-6500 (facsimile) APPRO ED AST FOR Kent Law Department [In this field,you may enter the electronic filepath where the contract-has been saved] CONSULTANT SERVICES AGREEMENT - 5 (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. r 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. I - 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 f 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: I 1. I have read the attached City of Kent administrative policy number 1.2. 4 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 g i q .,opportunity all new employees and subcontractors indicating commitment as an equal o ortunit 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 Title lw'«Gig Date. EEO COMPLIANCE DOCUMENTS 1 a J CITY OF KENT ADMINISTRATIVE POLICY EFFECTIVE.DATE: January 1 1998 NUMBER: 1.2 Y 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 $10000 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; i f . f' EEO COMPLIANCE D00UMENTS 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 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. f I declare that I complied fully with all of the requirements and obligations as outlined in the City y Y q Employment of Kent Administrative Polic 1.2 and the Declaration City of Kent Equal Em to merit Policy that was part of the before-mentioned Agreement. 4 - i By: For: I Title:' Date I ; I I i I: I I a EEO COMPLIANCE DOCUMENTS = 3 i Exhibit A Scope of Services Client Name: City of Kent,Washington Project Name: S.224 St.at EVH Signal Design Exhibit Dated: April 22,2015 TG: 15168.PR Scope of Services Transpo Group(Transpo)will provide traffic engineering'services to the Client for the design of traffic signal modifications and the analysis of roadway illumination associated with the proposed S 224"St improvement project.Transpo proposes to prepare plans for construction and Electrical Special Provisions consistent with applicable City of Kent standards. Task 41 Traffic Signal Design Transpo will prepare traffic signal'plans and Electrical Special Provisions for the modification of the existing traffic signal at the S.224'Street and East Valley Highway(EVH)intersection, per City of Kent standards. Currently,S.224th St is a 2-lane dead end road east of EVH. The S.224th St.improvement project will widen this to a 3-lane road with abridge over,SR-167 and connect to 88th Ave.S.on the east side of SR- 167: There will also be a right-turn lane WB at EVH. In addition,the EB left-turn lane(onahe west side of EVH will need to move north by approx. 12' in order to line up with the WB left-turn lane. We anticipate that both signal poles will need to be replaced on the east side of the intersection, and loops will need to be i added or replaced on both the east and west';legs of the intersection. In addition, protected/permitted left- turn phasing will be added to the east-'and westbound approaches,resulting in the addition and/or replacement of vehicle signal heads on the signal pole/mast an on the northwest corner of the intersection. It is also anticipated that all pushbuttons at the intersection.Will be upgraded to APS-style to meet ADA requirements.This may require the addition of pedestrian pushbutton posts on some corners. Relocation/replacement of the existinq controller cabinet, service cabinet,'and signal poles on the west side of the intersection is not anticipated and not included in the scql of services to be performed.The'need for a temporary signal is also not expected. It is anticipated that the traffic signal modification plan set would;include the following plan sheets: Traffic Signal Plans at 1"=20'scale(2 sheets) Traffic Signal Field Wiring/Cabinet Termination Diagram(1 sheet) ■ Traffic Signal Pole Details(1 sheet) lfurrrirradan Analysis - �,... Transpo will prepare a lighting an alysis to estimate light levels for the gore areas of the SR-167 SB off- ramp and NB on-ramp at the 84 t Ave.S: interchange. It is anticipated that the bridge over SR-167 constructed as part of the S.224 St. improvement Iproiect will impact existing freeway lighting in these areas.'This will include a site visit and coordination with WSDOT Olympic region to determine characteristics of the existing lighting fixtures and requirement for bridge mounted fixtures.Transpo will utilize this information with AG132 software to analyze'light levels in the gore areas according to WSDOT standards and recommend locations for additional'light fixtures. Preparation of plan sheets is not included j in this scope. Deliverables for this task are anticipated to include: I AG132 Output showing light levels • AutoCAD file showing locations of additional fixtures i j Transpo Group USA,Inc. Cost Estimate Worksheet transpogroup �ff�TTFi1't�� s31Fi7Btx'L^hh2�L=. Number/Project Name Only key staff are shown and other staff may work on and charge to the project as needed by the project manager. Project Quality Project CAD/ Project Manager Control Engineer Graphics' Admin iniUais... .._.: .. . .._ n- .. rs job title Eng L5 En L6 Anyl L2 Eng L1 PA L1 cost rate $46.22 $51.50 $30.94' $25.50 Labor; o m 0 1 Traffic Signal Design 0 $0 60°/n Design 0 $0 Coordinate Base Drawings with Client 2 2 $62 --Setup of Sheets 1 2 3 $82 --Preparation of Signal Plan Sheets 4 20 15 39 " $1,186 -Preparation of Signal Pole Details' 10 10 20 $564 --Prepare Submittal' 2 3 4 9 $371 Final Design 20 $617 --Address comments from 60% 2 12 6 --Preparation of Signal Field Wiring/Cab.Term.Sheets 2 12 12 26 $770 --Prepare electrical Special.Provisions 2 4 6 $216 --Prepare Submittal': ., 2 2 4 8 $319 2 Roadway€1€uminatton Analysis 0 $0 --Site Visit and Coord.wvMSDOT 4 4:` $124 -AGI32 Analysis 2 12 14 $464 —Prepare initial Submittal 2 2 4 Address Comments to Initial Submittal 2 2 $62 I —Prepare Final Submittal 1 1 2 2 6 , $203 i i � �� 8 .�i i i ail I 93 187 1 Total HoursI, ..,�, a s a $878 $412 $2,877 $1,148 $43 t I ' 1 1 e 45 2 o t i 195.75/o. � .a iii:u i it �:l .s. I II i Miscellaneous Exvenses:,' Subconsulfanfs: Q 8 1 Federal Ex ress!Courier $0 1 Subconsultant A :I $0 rier t p $0 2 3ubconsu(tant B $0 l 2 Phone I 3 Fax $0 3 Subconsultant C $0 4 Postage $0 4 Subconsultant D $0 i 5 Graphic supplies . $0 5 Subconsultant E $0 6 Photography $0 € 7 Travel expenses(mileage) $100 8 Reproduction'!: $0 9 Traffic counts $0 10 Traffic accident data $0 11 Spec.MPS model run $0 12 Transportation ConcurrencY Application $0 s t e a it - .a Jr� I' _ , z ._.._ Distributed towo4 Cost Estimate Prepared on:4/22/2015 i EXHIBIT. B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance - The Consultant shall procure and maintain for the duration of the Agreement,' insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described'below: 1. Automobile Liability insurance covering all owned, non- owned,'hired and (eased' 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 Ifability 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 Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO formCG128, 03 11 8'5. 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'iadditional 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. J EXHIBIT B (Continued 2. Commercial General Liability insurance shall be written with limits no less than $3000000 each occurrence, $3,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than 2,000000 per claim and $4,000,000 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. TheCity 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 Consultants 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. EXHIBIT B (Continued ) 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. 1 ' 4 7 A� p ® DATE(MMIDDIYYYY) C<?1164.� CERTIFICATE OF LIABILITY INSURANCE 5/DATE(M 5 THIS CERTIFICATE ISISSUED 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 Marie Swaney NAME: Dealey, Renton&Associates PHONE 626 844-3070 FAX 199 S Los Robles Ave Ste 540 E-MAIL Y@ y Pasadena, CA 91101 mswane . deale renton.com License#0020739 INSURERS AFFORDING COVERAGE NAIC# INSURERA:Travelers Indemnity Company of Amer 25666 INSURED TRANSGRO INSURERB:Travelers Property Casualty'Co of A 25674 Transpo Group USA, Inc. INSURER C:Travelers Indemnity Company 25658 11730 118th Ave NE,Ste 600 INSURER D.:Sentinel Insurance Co.LTD 11000 Kirkland,WA 98034 425 821-3665 INSURER E:Catlin Specialty Ins.Co. 15989 INSURER F COVERAGES CERTIFICATE NUMBER: 1178659967 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 ADDLISUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 6807C433894 1/1/2015 1/1/2016 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X❑OCCUR PREMISES Ea occurrence $1,000,000 X Contractual Liab MED EXP(Any one person) $10,000 X I XCU Included PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY� E O LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y 1/1/2015 1/1/2016 COMBINED SINGLE LIMIT $ BA7C434228 Ea accident 1,000,000 ANY AUTO BODILY INJURY(Per person) $ AUT OWNED SCHEDULED BODILY INJURY(Per accident) $ X HIRED AUTOAUTOS S X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident C X UMBRELLA LIAB X OCCUR Y Y CUP7C434461 1/1/2015 1/1/2016 EACH OCCURRENCE` $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED X RETENTION$10,000 - $ A WORKERS COMPENSATION 6807C433894(WA Stop Gap) 1/1/2015 1/1/2016' X IPER D AND EMPLOYERS'LIABILITY Y/N 57WEGKU8222 /9/2015 1/1/2016 STATUTE ERH ANY'PROPRIETOR/PARTNER/EXECUTIVE ❑ N/A E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E Professional Liability AED6926341215 1/1/2015 1/1/2016 $2,000,000 Per Claim Claims Made form $4,000,000 Annual Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) *General Liability policy excludes claims arising out of the performance of professional services. Umbrella policy is a follow-form to underlying General/Hired&Non-Owned Auto/Employers Liability Policies.6807C433894(WA Stop Gap)* Re: Project#15168.00,S 224th St at EVH Dignal Design, Kent,WA-City of Kent is named as an additional insured as respects general and hired/non-owned auto liability for claims arising from the Operations of the named insured as required per written contract or agreement. Coverage afforded the additional insured is primary and non-contributory as respects to general liability coverage.SEE CANCELLATION SECTION of Certificate for 30 Day NOC/10 Day for Non-Payment of Premium. CERTIFICATE HOLDER CANCELLATION 30 bay NOC/10 Day for NonPay of Prem SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent WA 98032 AUTHORIZED REPRESENTATIVE A?$ ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD a v POLICY NUMBER:6807C433894 COMMERICAL GENERAL LIABILITY ISSUE DATE:5/20/2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(S): City of Kent 400 West Gowe Kent WA 98032 PROJECT/LOCATION OF COVERED OPERATIONS: Re: Project #15168.00, S 22.4th St at EVH Dignal Design, Kent, WA City of Kent PROVISIONS A. The following is added to WHO IS AN INSURED The insurance provided to such additional (Section II): insured is Limited as follows: The person or organization shown in the Sched- ule above is an additional insured on this Cover- d. This insurance does not apply to the render- age Part,but only with respect to liability for bod- ing of or failure to render any "professional ily injury", `property damage or `personal injury services". caused, in whole or in part, by your acts or omis- sions or the acts or omissions of those acting on e. The limits of insurance afforded to the addi- your behalf: tional insured shall be the limits which you agreed in that`contract or agreement requir- a. In the performance of your ongoing oper- ing insurance" to provide for that additional ations; insured, or `the limits shown in the Declarations for this Coverage Part, b. In connection with premises owned by or whichever are Jess. This endorsement does rented to you;or not increase the limits-of insurance stated in the LIMITS OF INSURANCE (Section III)for C. In connection with your work and included this Coverage Part. within the "products-completed operations hazard." B. The following is added to Paragraph;a. of 4. Other Insurance in COMMERCIAL GENERAL Such person or organization does not qualify as LIABILITY CONDITIONS(Section IV): an additional insured for"bodily injury", "property However, if you specifically agree in a contract or damage"or"personal injury'for which that person agreement requiring insurance that, for the addi- or organization has assumed liability in a contract tional insured shown in the Schedule, the insur- or agreement. ance provided to that additional insured Under this CG D3 82 09 07 Page 1 ©2007 The Travelers Companies,Inc. Includes the copyrighted material of Insurance Services Office Inc.,with its permission y r � COMMERICAL GENERAL LIABILITY Coverage Part must apply on a primary injury" arising out of"your work on or for the basis, or a primary and non-contributory project, or at the location, shown in the basis, this insurance is primary to other Schedule above, performed by you, or,on insurance that is available to such additional your behalf, under a "contract or agreement insured which covers such additional insured requiring insurance" with that additional as a named insured, and we will not share insured. We waive these rights only where with the other insurance, provided that: you have agreed to do so as part of the "contract or agreement requiring insurance (1) The "bodily injury" or"property damage" with that additional insured entered into by for which coverage is sought occurs; you before, and in effect when, the "bodily and injury" or "property damage occurs, or the "personal injury" offense is committed. (2) The"personal injury" for which coverage is sought arises out of an offense D. The -following definition is added to committed; DEFINITIONS (Section V): after you have entered into that "contract or "Contract or agreement requiring insurance agreement requiring insurance" for such means that part of any contract or additional insured. But this insurance still is agreement under which you are required to excess over valid and collectible other include the person or organization shown in insurance, whether primary, excess, the Schedule as an additional insured on contingent or on any other basis, that is this Coverage Part,,provided that the "bodily available to the additional insured when the injury" and "property damage" occurs, and additional insured is also an additional the "personal injury" is caused by an offense' insured under any other insurance. committed: C. The following is added to Paragraph 8. a. After you have entered into that contract Transfer Of Rights Of Recovery Against or agreement; Others To Us in COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV): b. While that part of the contract or agreement is in effect; and We waive any rights of recovery we may have against the additional insured shown in c. Before the end of the policy period. the Schedule above because of payments we make for "bodily injury", "property damage" or"personal CG D3 82 09 07 Page 2 ©2007 The Travelers Companies,Inc. Includes the copyrighted material of Insurance Services Office Inc.,with its permission z y a � POLICY#:BA7C434228 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT:CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions ofthe Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s)or organization(s)who are"insureds" under the Who Is An Insured Provi- sion_of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective 5/2 0/2 015 Countersigned By: Named Insured: Transpo Group USA, Inc. Authorized Representative) SCHEDULE Name of Person(s)or Organization(s): Re: Project #15168.00, S 224th St at EVH Dignal Design, Kent, WA - City of Kent. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured"for Liability Coverage, but only to the extent that person or organization qualifies as an"insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 REQUEST FO'R MAYOR'S SIGNATURE Print on Cherry-Colored Paper KENT W A 5 HI N4T V N':' Routing Information(ALL REQUESTS MUST FIRST BE ROUTED THROUGH TH LAW ARTMENT) p o d ctor Or inator:Garrett Inouye Phone O'ri inator : (253) 856-5548 Date Sent: 5/27/15 Date Re ,uired:6/3/15 Return Signed Document to Jemini Davis Contract Termination 'Date 6/30/16 VENDOR NAME: Date,Finance Notified: Trans O Group (Only required on contracts 4/23/15 p 10 000 and over orlon an Grant DATE OF COUNCIL APPROVAL: Date Risk Manager Notified:N/A N/A .Re uired on Non-CityStandard Contracts/Agreements) Has this Document been Specificall Account Number: R90094 Authorized in the Budget?--> YES 'NO Brief Explanation of Document: p Transpo Group shall provide traffic engineering services to the city of Kent for the design of traffic signal modifications and the analysis of roadway illumination associated with the proposed South 224th Street improvement project: All Contracts Mu ted Through The Law Department i (This area to be completed by the Law Department) Received: Approval of Law Dept. DEE OT Law Dept. Comments: Date Forwarded to Mayor: v Shaded Areas To Be Completed By Administration Staff Received y a6a t 4 { E t h £ ... S � 35 .i' t E } .I C c/ Recommendations,and Comments , ;e S�.,k i t ,I /Y`:.f� {gym °. t• Ra ....,.. !G 3 Y.a 3 {.. >�a „K. t• Nilip : . R. OSItPOn... � �2 I Disp x � a,,3 IR I i Es ,.. £ `E i A "� e YTOr Date Returned n , .,T'....lY E ..acv,.`+,.,� •*�` -'.3..1;Ya, dais' �_x 4.,, e f ^.h,.}. IngARequest for Mayor's P:\Civil\Forms\Document Process' Signature.docx 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 Trans poGrogy Company, hereby acknowledge and declare that the before-mentioned' company was the prime contractor for the Agreement known as S. 224 th St. Project that was entered into on the May 29, 2015, (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: Digitally signed by Kevin R Collins For: DN:C=US, E=kevin.co�lins@transpogroup.com, Title: Kevin R Collinsou= O=Transpo Group USA, CN=-Kevin R-CztWis- Location:Kirkland,WA Date: Date:2018.01.04 14:51:33-08'00' ?V\1 EEO COMPLIANCE DOCUMENTS - 1