Loading...
HomeMy WebLinkAboutPW15-394 - Original - Petersen Brothers - Contract - 12/17/15 crs � eme £ : KEN7` y WASHINGTON , " y° Document {Y3 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: Petersen Brothers Vendor Number: JD Edwards Number Contract Number: ?VV GI5 - 2 } This is assigned by City Clerk's Office Project Name: Guardrail repairs - 2771h St, 1481h Ave and SE 256th Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment x Contract ❑ Other: Contract Effective Date: 12/17/15 Termination Date: 1/30/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Tom Rusbuldt Department: Public Works Operations Contract Amount: $15,541.05 Approval Authority: X Department Director❑ Mayor ❑ City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The Contractor shall repair guardrail at three location in Kent, WA. As of: 08/27/14 J a'Z65 KENT PUBLIC WORKS AGREEMENT between City of Kent and Petersen Brothers, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Washington organized under the laws of the State of Washington, located and doing business at 2008 East Valley Highway, Sumner, WA, 98390, Phone: (253) 833-2544/Fax: (253) 863-5951, Contact, Ron Petersen (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: The Contractor shall repair guardrail at the following three locations: 1. S 277th Street - East of the Green River Bridge 2. SE 277th Street - West of 108th Ave SE 3. 148th Ave SE &SE 256th Street For a copy of the Contractor's bid, see Exhibit A which Is attached and incorporated by this reference. Contractor further represents that the services furnished under this Agreement will be performed in P 9 accordance with generally accepted professional practices within the Puget Sound region In effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described In Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I by ,January 30, 2016, III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Fifteen Thousand, Five Hundred Forty One Dollars and five cents ($15,541.05). Applicable Washington State Retail Sales Tax on this contract shall be governed by WAC 458-20-171 and its related rules for the work contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the .work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, Is less than $35,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final fifty percent (50%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, PUBLIC WORKS AGREEMENT- 1 (Roadway/Pedestrian Path -$20K,or Less and No Performance Bond) and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever Is later. i B. Defective or Unauthorized Work. The City reserves Its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work Includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor 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 Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 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 and Is a service other than that furnished by the City, or the Contractor Is engaged in an Independently established trade, occupation, profession, or business of the same nature as that Involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. 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 has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of Its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. PUBLIC WORKS AGREEMENT- 2 (Roadway/Pedestrian Path - $20K or Less and No Performance Bond) B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor'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 Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor falls to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that Is accepted by Contractor 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. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, Instruction, interpretation, or determination by the City, the Contractor may file a claim as provided In this section. The Contractor 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 Contractor 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 Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. PUBLIC WORKS AGREEMENT- 3 (Roadway/Pedestrian Path -$20K or Less and No Performance Bond) i At a minimum, a Contractor's written claim shall Include the Information set forth In subsections A, items I 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. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor'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 Contractor is asserting a schedule change or disruption. B. Records. The Contractor 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 Contractor'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. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goads, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor 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 falling to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (Including directions, instructions, interpretations, and determination). I IX. LIMITATION OF ACTIONS. CONTRACTOR 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 CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED.. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebullt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work, The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs Incurred by the City in order to accomplish the correction, i PUBLIC WORKS AGREEMENT- 4 (Roadway/Pedestrlan Path - $20K or Less and No Performance Bond) XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, Its sub-contractors, or any person acting on behalf of the Contractor 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. 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. XII. 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. 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 Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'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 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. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. 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. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor 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 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. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its it 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 PUBLIC WORKS AGREEMENT - 5 (Roadway/Pedestrian Path - $20K or Less and No Performance Bond) 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 indemnfficatlon under Section XII 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 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. 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 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 operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor In its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such,.the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. 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 i PUBLIC WORKS AGREEMENT - 6 (Roadway/Pedestrian Path - $20K or Less and No Performance Bond) I I K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received In person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: Pe tersen Brothers, Inc. CITY OF KENT: (signature) (signature) Print Name: Ronald G. Petersen it Name: T mothy 1. LaPorte, P.E. Its: Prngident Its: P blic Works Director (title) DATE: 12-3-15 DATE: E NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Ron Petersen Timothy]. LaPorte, P.E. Petersen Brothers, Inc. City of Kent 2008 East Valley Highway 220 Fourth Avenue South Sumner, WA 98390 Kent, WA 98032 (253) 833-2544 (telephone) (253) 856-5500 (telephone) (253) 863-5951 (facsimile) (2S3) 856-6500 (facsimile) tm thS fi.1d,you may eOJ r the eledmnic rkpkh where the.ro trd has been saved) I 1 I PUBLIC WORKS AGREEMENT- 7 (Roadway/Pedestrian Path - $20K or Less and No Performance Bond) i I� 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: i 1. I have read the attached City of Kent administrative policy number 1.2. I 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: �d�' � Ronald G. Petersen, President For: Petersen Brothers, Tnc,. Title: President Date: 12-3-15 i i 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 $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, _subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. it I I EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of_ Petersen Brothers, Inca Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Kent Repairs (Dec/2015) that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: 1 A/ -' Ronald G. Petersen For: Petersen Brothers, Inc. Title: President Date: � I I III EEO COMPLIANCE DOCUMENTS - 3 Petersen Brothers, Inc. Baal gARRf,,TVI�U$Y NIBMVAY (¢B't Ia1Lsw,see PAXallI lelilll I��HgaJ;OlaJdiS1 Oonkraotora l70C•01 PETERBII07UZ Profpaa Namar kdh7�PAa4aP6P7201a. 010 bAni allmall PAY ITS M o8S iP 1 GU- TITY N UNIt RI SIC 61hi2 E Baote roan vlr IsIftl I W.IlpmGuardmll 6.B P. 1 .7 a - witwood poil, C 2B,6J BB,i , B k a 7ol 6 o A 68 J oil No B. ,1 le en 6. - 1 Crew mr p dfi1,J . B ra a A 26 i TOTAL SIR Namur TOWWSOULT CITY OP KENT 7None; EmeAl TRUSBULT®KENTWA,OOV 1 We quota centolms the folloWlnO/sclualonMqua118odooet PRICING 00E8 NOT INCLUDE TAX "Poach#$nyytineluda It, wnlrol unpw apaoMed, "PAno lnolude m.t.dq a lMl"tim bond and lnaunnw, j "Thinquotaaheallabaaemapas 4141ymootq aatap mostb "An tl avotdareaanlatp•en1111'Wf,olquan611a maul be aaradle Odor le bldapminp. "6am6uudnl�N evdlpbla In lLFan4 E2CGn thw 'Pdannaee eoninoth noallodvAO,in as�DalbfaWefd olBob,aMraO days ptlar muof Oa ramputltlod, IP ACCEPTEDPLEASE SIGN AND PAR SACK TO 263,063.3961 NO WORK WILL OR PERFORMED WITHOUT PROPER AUTHORIZATION 6tn Webs: �i, lido Phonel Companyname. fun AWMW I �I� [Petersen Brothers, Inc, C'Mmli'H Ocul FEMANHATNq 1l ill.llt/#1011 NM Y MAA1 OWNFJMMI SRJWAT111HIVlE N10AM iMMill a !in Pal I 6 N S PA a HIM mm ISO Of " 147 MIA 4 rmpAM MAI Or 17k' 4. ' ip[e1Bp.1 , mumw 0 ski A p ! 1 1 p I. A 0 61 iM1 w q6 fl mwk- im NNbI FhanN �nl Thh I/ba441sth idbvAn o aIn lguIlMMUinn PAO °000P1e r vo�T.1 ^��rn ponnwn E10.aaIII H_lId��gy1��1 w.eb14 {li4aNlAllnl YN liINIYIIp(y1iRYwliI.WMl4 ^M±MVYty�yrhb1tgbbbpt TiR"e bYiulHnO llNtmm4 "Prl`6i0 dMImNMINNk�MN lllllyilfur�N IIe/,iN 10nHi�n+mrNOlrtnIOOYlb4 IPAOObPTED P'"' BION PNC ppA%OAN(TO SWiii4501 No WOAKINLL O9IlAFORMEO WrtNOUTPAOPM ATNONGTiON M OIMt m YneM� I Cani W Nme� Fn AdRHu i I i EXHIBIT INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor 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 Contractor, their agents, representatives, employees or subcontractors, A. Minimum Scope of Insurance Contractor 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) farm 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 tlabiilty Insurance shall be written on ISO occurrence form CG 00 01 and shall cover:llability 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 form CG 25 03 1185, The City shall be named as an Insured under the Contractor's Commercial General Liability Insurance policy with respect to the work performed for the City using ISO additional Insured endorsement CG 20 10 1185 or a substitute endorsement providing equivalent coverage. 3. -Wor rs' Co • e sat o coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following Insurance limits: 1. Automopjl� Liability Insurance with a minimum combined single limit for.bodliy injury and property damage of $1,000,000 per accident. 2, Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. II EXHrBrT 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 Contractor'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 Contractor's Insurance and shall not contribute with it. a 2. The Contractor'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 y or on behalf of the contractor and a copy of the endorsement naming the Clty as additional Insured shalt be attached to the Certificate of Insurance, The City reserves the right to receive a certified copy of all required insurance policies. The Contractor'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 i less than ANII. E. Verification of Coverage Contractor 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. P. Subcontractors Contractor 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 Contractor. I is ACC)Rh® CERTIFICATE OF LIABILITY INSURANCE 1 OATE(MMIDDfYYYY 6. / 1 10/23/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CON NAMTAE:CT Karen Smith HENTSCHELL & ASSOC INC PHONN Ext; (253)272-1151 ,C No:(253)272-1225 INC.1436 S. Union Ave. E-MAIL Karen.Smith@hentschell.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAICR Tacoma WA 9B405-1925 INSURERA:The Travelers Lndemnit Co. 25658 INSURED INSURERB:Travelere Pro Cas Co of America Petersen Brothers, Inc. INSURERC:Great American Insurance Company_,. 2008 East Valley Hwy INSURERD: _ INSURERE: _ Sumner WA 98390 INsuRERP: ��i COVERAGES CERTIFICATENUMBER:2015 GL/Auto/umb/Excess 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. ILTRNSR 7ypE OF INSURANCE ADDL SUER POLICY NUMBER MMIDD/YYYY MWDD)YYXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 0AMiAGE TO REN I hU 300,000 A CLAIMS-MADE OCCUR PREMISES Eaoccurrence $ X DT-CO-52609518-IND-15 11/1/2015 11/1/2016 MEG EXP(My one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY[X]JLCT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea 1NEDi $ 1,000,000 X ANY AUTO BODILY INJURY(Por person) $ A ALL OWNED SCHEDULED AUTOS AUTOS X DT-810-526D951B-IND-15 11/1/2015 11/1/2016 BODILY INJURY(Per accident) $ NON-OMED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accdent $ $ B X UMBRELLA LUIS X OCCUR DTSN-CUP-526D9518-TIL-15 11/1/2015 11/1/2016 EACH OCCURRENCE $ 1,000 000 C X EXCESS LIAB CLAIMS-MADE $10,000 Retention AGGREGATE $ 1,000,000 DED X RETENTION$ Tzavelens X TUE0196246-05 /Excess) 11/1/2015 11/1/2016 Each Occurrence/Aggregate $ 5,000,000 WORKERS COMPENSATION STATUTE ERH AND EMPLOYERS'LIABILITY - -- ANYPROPRIETOR/PARTNER/EXECUTIVE YIN EL.EACH ACCIDENT $ 1,000,000 OFFICERMEMBER EXCLUDED? J A (Mandatary In NH) DT-CO-526D9518-IND-15 11/1/2015 11/1/2016 E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below (PIA-Stop Gap) E.L.DISEASE-POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 107,Additional Remarks Schetlul¢,may be attached lr more space is required) BE: Reith Road, East of 42nd Ave South, Guardrail Repairs. Blanket Additional Insureds - Primary and Non-Contributory basis as required by written contract or agreement per the attached Endorsements #CGD246(8/05) and #CAT474(2/12) . (#15-070) CERTIFICATE HOLDER CANCELLATION jedavis@kentwa.gov SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent, WA 98032 AUTHORIZED REPRESENTATIVE Thomas Hentschell/KJS ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS0250014011 i INSURED; PETERSEN BROTHERS, INC. POLICY NUMBER: DT-00-528Dg518-COF-14 TERM: 11/1/2014 To 11/1/2015 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modlfies insurance provided under the following: COMMERCIAL GENEHAL LIABILITY COVERAGE PART 1,. WHO IS AN INSURED—.(Section 11) is emended c) The Insurance provided to the additional In- to Include any person or organization that you sured does not apply to 'bodily injury' or agree in a 'written contract requiring Insurance' "property damage' caused by "your work' to inoludo as an additional Insured on this Cover- and included In the "produots-oompleted op• age Part,but: orations hazard' unless the "written contract a) Only with respect to liability lor'bodfly Injury', requiring Insurance' specifically requires you 'property damage'or'pemonal Injury";and to provide such coverage for that additional Insured, and then the Insurance provided to b) If, and only to the extent that, the Injury or the additional Insured applies only to such damage la caused by acts or emissions of 'bodlly Injury' or "properly damage' that oc- you or your subcontractor In the performance curs before the end of the period of time for of "your work' to which the 'written contract which the "written contract requiring Insur- requiring Insurance' applies. The person or .nee"requires you to provide such ooverage organization does not quality as an additional or the end of the policy period, whichevor Is Insured with respect to the Independent acts canter, or emissions of such person or organization. 3, The Insurance provided to the additional Insured 2, The Insurance provided to the additional Insured by,this endorsement Is excess over any valid and by this endorsement Is limited as follows: collectible 'ofiYer insurance", whether primary, a) In the event that the Limit. of Insurance of excess, contingent or on any other basis, that Is this Coverage Part shown In the Declarations available to the additional insured for a lose we exceed the limits of liability required by the cover under this endorsement. However, If the 'written contract requiring Insurance', the In- 'written contract requiring insurance" speolflcally suranee provided to the additional Insured requires that this Insurance apply on a primary shall be limited to the limits of Ilabluly re• basis or a primary and non-contributory basis, qulred by that 'written contract requiring In- this Insurance Is primary to "other Insurance' surance'. This endorsement shall not In. available to the additional Insured which covers crease the limits of Insurance described In that person or organization as a named Insured SectionIII—LimitsOf Insurance, for such loss,.and we will not share with Ilia] c other insuran e'. But the Insurance provleed to b) The insurance provided to the additional in. the additional fitleured by this endorsement still Is sured does not apply to"bodily Injury', 'prop• excess ble 'other In. any damage' or 'personal Injury" arising out sump swwhetfier primary,er enj valid fexcess,lcontingent or of the rendering of, or (allure to render, any on any other basis, that Is available to the addl• profeaslonal architeotund,engineering or our, Clonal insured when that person or organlzatlon is veying services, Including: an additional Insured under such 'other incur- L Thu preparing, approving, or falling to ante^, prepare or approve, maps, shop draw. 4, As a condlllon, DI poverage provided to the Ingo, op alone, reports, surveys, field or- addltlonal Insured by this endorsement: ders or change orders, or the preparing, I7 approving, or falling to prepare or ap. a) The addltlonal Insured must give us written prove,drawings and specifications;and notice as soon as practicable of an 'occur, 11. Supervisory, Inspection, archfteoturaCo' rents' or on offense which may result in a engineering activities. claim. To the extent possible, such notice j should Include; i . i 00 D2 40 08 05 02005 The St.Paul Travelers Companies, Inc, Page 1 ot2 i COMMERCIAL GENERAL LIABILITY I. How, when and where the 'occurrence' any provider of"other Insurance'which would or offense took place; cover the additional Insured for a loss we II. The names and addresses of any Injured cover under this endorsement. However, this parsons and witnesses;and condidwdoes not affect whether the Insur- III. The nature and location of an Injury or anoe provided to the additional Insured by y this endorsement Is primary to 'other Incur. damage arising out.of the'occurrence'or ance" available to the additional Insured offense, which covers that person or organization as a b) If a claim Is made or"suit' Is brought against named Insured ao described in paragraph 3. the additional Insured, the additional Insured above. must: 5. The following`deflnllloh Is added to SECTION V. 1. immediately record the specifics of the —DEFINITIONS; claim or"suit"and the data received;and 'Written contract requiring insurance"-means 11. Notify us as soon as practicable, that part of any written contract or agreement The additional Insured must see to It that we under which you are required to Include a In-resolve written notice of the claim or"suit' as person or organization as an additional sured on this Coverage Part, provided that the 'bodlly Injury" and 'property damage' oc- c) The additional Insured must Immediately curs and the'personal Injury'is caused by an send us copies of all legal pnpera received In offense committed:. connection with the claim or"suit',cooperate a. After the eigning and execution of the with us In the investigation or settlement of contract or agreement by you; the claim or defense against the "Bull', and olhenviso comply with all policy conditions, b. While that part of the conlract or d) The additional Insured must lender the de. agreement Is In effoct;and tense and indemnity of any claim or 'suit" to o. Before the end of the policy period. i I i I i t l Page 2'of 2 ©2005 The St.Paul Travelers Companies, ]no. 00 D2 40 09 05 s INSURED: PETERSEN BROTHERS, INC. POLICY NUMBER: DT-810.526D9518-IND•14 TERM: 11/W014 TO 11/1/2015 COMMERCIAL,AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies ineuranoe provided under the following: BUSINESS AUTO COVERAGE FORM Whh respocl to covelrago provided by this ondorsomor%the provisions of the Coverage Form apply unless modi- nod by this endorsemenl. PROVISIONS B. The following Is added to Paragraph 5., Other A. 'file following is added to.Paragrsph c. In A. 1., Insurance, in B. General Conditions of SEC- Who Is An Insured, of SECTION II -•LIABILITY TION IV—BUSINESS AUTO CONDITIONS: COVERAGE: Regardless of the provisions of paragraph a. and _ Any parson or organlxatlon who is required under paragraph d, of this part 5.Other Insurance, this a written contract or ogrsemonl between you and insurance is primary to and non-contributory with that person or organlzalfon, that Is signed and applicable other Insurance under which an addl- executed by you before the 'bodily injury" or lional insured person or organization is the first 'property damage" occurs and that Is in effect named Insured when the writlen contract or during the policy period, to be named as an oddl• agredmonl between you and that person or or- tionai insured Is an "Insured" for Uabliily Cover- Banization, that is signed and executed by you age, but only for damages to which this insurance before the "bodily injury" or "property damage" applies and only to.lha extent that person or or- occurs and that is in effocl during the policy pa- 2anizalion qualifies as an "insured" under the Nod, requires this Insurance to be primary and Who Is An Insured provision contained In non-contributory. Section II. i i CA T4 74 02 12 02012 The'l-mvelers mdomnlly Company.All rights reserved, Page 1 of 1 Includea mpyrighlad mnlerinl c(Inovionca Sorvfcea Office,Ina will,Its perndaalon, j