Loading...
HomeMy WebLinkAboutPK16-095 - Original - Site Workshop, LLC - Memorial Park Playground Renovation Project Design - 03/19/2016 Records M 0/gernent,KENT Document �j� W k&M I N t3T(JN '77 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: Site Workshop LLC Vendor Number: JD Edwards Dumber Contract Number: lu--°- ' This is assigned by City Clerk's Office Project Name: Kent Memorial Park Playground Renovation Project Design Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract E Other: Contract Effective Date: 3/18/16 Termination Date: 11/30/16 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract tanager: Lynn Osborn Department: Parks Planning & Dev. Contract Amount: 32 300.00 Approval Authority: F1 Department Director EMayor ❑City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Project design, plans & specs, and construction oversight of KMP playground renovation. Division Contract #PPD16-08 adccW10877_8 14 KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and Site Workshop, LLC THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Site Workshop organized under the laws of the State of Washington, located and doing business at 222 Etruria Street, Suite 200, Seattle, WA 98109 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in Exhibit A, attached hereto: Provide project design development, construction documents, and construction oversight of the playground renovation at Kent Memorial Park. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by November 30, 2016. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $32,300.00, for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. 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: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment 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 CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and In the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant 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. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in CONSULTANT SERVICES AGREEMENT- 3 (Over$20,000) writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or 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. Public Records Act. The Consultant 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 Consultant 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 Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. 7. 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. 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 CONSULTANT SERVICES AGREEMENT- 4 (Over$20,000) 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. CONSULTANT: CITY OF KENT; By: __ By, - '(signet u eS (signature) Print Fume Pn'if a S zette Cooke Its Its or " Z title) DATE: _ DATE: � NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Murk Brands Brian Levenhagen Site Workshop City of Kent 222 Etruria St, Ste 200 220 Fourth Avenue South Seattle, WA 98109 Kent, WA 98032 (206) 285-3026 (telephone) (253) 856-5116 (telephone) markb@siteworkshop.net bjlevenhagen@kentwa.gov APPP�CCA D AS TC► '�DOI M: 7 Kent Law Department P,1Piann4mq'�'henc bfemerl.a'Y Pa6l.PoaM9reund 2015.16%S+te 1Vor4ahcp contract deco'tSdta Workshap-CONTRAV.demx CONSULTANT SERVICES AGREEMENT- 5 (Over$20,O00) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. 1 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, S. 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: A>A6YVV �� - Title: Date: 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. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A Kent Memorial Park Playground Renovation Project Landscape Architectural Services Proposal February 19,2016,Rev2 Project Description The City of Kent is renovating the playground at Kent Memorial Park. Site Workshop will contract directly with the City of Kent through the Parks,Recreation and Community Services department for consultant services. Park Planning& Development(Parks) has developed a conceptual design for the project that includes an explorer dome,a picnic area and a whiffle ball field. Project Schedule DD+CD Mar-Jun 2016 Bid Jul 2016 Construction Aug—Sep 2016 Project Budget The project budget is$300,000 including tax. It includes an Explorer Dome purchased last year and cost $43,000.Assuming another$40,000 for additional play equipment, leaves approximately$217,000 for site work and furnishings. Assumptions and Qualifications • A survey will be provided by the City of Kent • Public outreach will be done online and it is assumed that no meeting will be required. • The program includes a playground renovation using an explorer dome(already purchased by the City),swings,a tot(2-5 yr old) area,a slide potentially adjoined to a large play structure and spinning/rotating equipment. • The program also includes a whiffle ball field enclosed by an outfield fence made out of green 48 sheets of HDPE. Other fencing like the backstop will be chain link. Foul poles will also be included. These elements will require a building permit and we will sub-contract with a structural engineer to provide and stamp details and calculations. • All graphics for the Whiffle ball field will be completed Kent staff.Graphics include a "hit it here" sign,scoreboard and rules sign. • The park is not irrigated but may be included as an option if the budget allows. • Plantings will include grass restoration and tree plantings. • Design will include all pedestrian hardscape and site furnishings. • Site lighting is excluded. Electrical engineering services are not included. • The Parks project Manager will take the lead on permitting for the project.Site Workshop will supply PDF copies of necessary documents. • It is assumed that drainage will be dealt with on-site and a storm drain connection will not be required. Civil engineering services are not included. • Plan reviews will occur at 30%,60%,90%and Final Review. Reviews will be internal to Park Planning and Development. • The project will be bid in the summer 2016. If the project comes in over budget and requires rebid at a later date, Parks and the design team will negotiate for the additional consulting services required Exclusions • Presentations at public hearings or formal review committees not listed above or as an additional service. • Physical models. • Research,design,and application in support of LEED certification or SITES certifications. SiteWorkshop EXHIBIT A(Continued) Kent Memorial Park Playground Renovation Project Landscape Architectural Services Proposal February 19,2016,Rev2 Project Phases Design Development:30%&60%Submittals • 30%documents: informal illustrative, image boards, hand drawn plans or sketches of site elements. Develop two concepts of play area for use in online community outreach. Parks will provide internal review and comments. Include cost estimate. • 60% Documents: refine design and preferred playground concept based on comments provided by Parks at 30% review. Include landscape specification narrative and cost estimate. Construction Documents:90%and Final Submittals • Construction Document package consisting of horizontal control drawings,vertical control drawings, sections, elevations,details and specifications for site/landscape and hardscape construction items. • Outline specifications in CSI format and product images. • Cost Estimate for each submittal. • Permit assistance. Construction Phase • Participate in progress meetings and site observations during construction;review shop drawings, respond to RFIs's review and approve submittals related to irrigation, plant materials,and other contractor submittals related to our scope during construction. • Contribute to meeting notes and construction reports by Parks PM. • Evaluate contractor's change orders and substitutions. • Assist in developing a punchlist for substantial and final approval on the project. • Provide assistance during the guarantee period of the contract, including review of written guarantees, advising on correction of any defects. Fee Summary Site Workshop will contract directly with the City of Kent for the following services on a not-to-exceed basis: Phase Fee Design Development $10,000 Construction Documents $14,000 Construction Admin $5,300 Total Not-to-Exceed $29,300 Allowance for structural Engineer $2,500 Misc. Expenses(printing, delivery,etc.) $500 * Reimbursable expenses are separate from Project Fee and include 8%mark-up. SiteWorkshop 2 Kent Memorial Park Playground Renovation Project EXHIBIT A(Continued) 3/3/2016 Landscape Architectural Services Proposal Fee Estimate Position: PIC PM LA Name: Mark Brands Brian Bishop Derrek Fields Rate: $180 $120 $100 Total Hrs/Phase TotalFees/Phase Design Development(2 Submittals) Site Meeting 2 2 2 Kent Parks Staff Meetings 2 4 4 Concept Development/Design 4 4 8 Cost Estimating 1 4 30%Submittal 2 4 22 60%Submittal 2 4 16 TOTAL HOURS 12 19 56 87 SUBTOTAL $2,160 $2,280 $5,560 $10,000 Construction Documents Site Meeting 2 2 Kent Parks Staff Meetings 2 4 Design 2 4 8 Technical Specifications 4 12 Cost Estimating 1 1 4 90%Submittal 2 4 32 Final Documents for Bid 2 4 40 TOTAL HOURS 7 21 102 130 SUBTOTAL $1,260 $2,520 $10,220 $14,000 Construction Admin Site Meetings 4 10 Submittal Review/RF1/Change Order 4 23 Pre and Final Punchlists 2 2 4 TOTAL HOURS 2 10 37 49 SUBTOTAL $360 $1,200 $3,740 $5,300 TOTAL BASIC SERVICES COSTS TOTAL HOURS 21 50 195 266 BILLING RATE PER HR $180 $120 $100 TOTAL COSTS $3,780 $6,000 $19,520 NTE $29,300 Estimated Printing Cost Reproduction $500 ESTIMATED TOTAL $500 Consultant Allowance Structural Engineer $2,500 ESTIMATED TOTAL $2,500 TOTAL PROJECT COSTS TOTAL COSTS $32,300 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000general EXHIBIT B (Continued) aggregate and a $1,000,000 products-completed operations aggregate limit. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AWII. 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. ATE A�® CERTIFICATE OF LIABILITY INSURANCE D/10/l01Y6 3/10/2016 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((es) 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 CONTACT Gurry&Rogers Insurance Agency, Inc. PHONE (206)621-6444 FAX (206)515-0560 1200 5th Ave. #1825 MDF AIL INSURERS AFFORDING COVERAGE NAIC q Seattle WA 98101 INSURER A:Hartford Casualty Insurance Co 29424 INSURED INSURER B:Hartford Fire Insurance Com an 19682 SITE WORKSHOP LLC INSURER CAdmiral Insurance Company 222 Eturia St. , Ste. 200 INSURERD: INSURER E: SEATTLE WA 98109 1 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1112802565 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 DOL TYPE OF INSURANCE R POLICY NUMBER MO DDY EFF POLICY EXP L LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occu ETO-RENTEU- rrence $ 300,000 A CLAIMS-MADE D OCCUR X X 52SBAPNO395 2/5/2015 2/5/2016 MEDEXP(Any one n) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GEN-L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO $ 4,000,000 rX POLICY PRO LOC $ INGLE LIMIT AUTOMOBILE LIABILITY eBdaD(S CO 11000,000 B JX ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED X X2UECUSS771 2/5/2015 2/5/2016 BODILYINJURY(Peraccident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS M AUTOS Per accede $ X UMBRELLA LIAR X OCCUR X X 52SBAPN8395 2/5/2015 2/5/2016 EACH OCCURRENCE S 2,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED RETENTIONS $ WORKERS COMPENSATION WRSTA TU- X OT .11 AND EMPLOYERS'LIABILITY 2/S/2015 2/5/2016 ANY PROPRIETOR/PARTNER/EXECUTIVE a 25BAPN8395 E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA A A (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $ 11000,000 if es,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1 000 000 C Professional Liability 0000028068-02 /12/2016 /12/2017 occurrence $2,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) CERTIFICATE HOLDER IS ADDITIONAL INSURED AS RESPECTS THE OPERATIONS OF THE NAMED INSURED. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City Of Kent ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Kari DiJulio/KD ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS0251gmnnm nt Tha Ar:r1Rr1 name and lnnn ora raniatararl mnrka of Ar:r1Rr1 POLICY NUMBER: 52SBAPN8395 52UECUS8771 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: The City of Kent (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1982 ra � m r e 6 rp WM W a Gdb+'. W e ,r� a r n 1 nENDS n Corporations: Registration Detail - WA Secretary of State Page 1 of 1 SITE WORKSHOP,LLC UBI Number 602080710 Category LLC Active/Inactive Active State Of Incorporation WA WA Filing Date 1 112 8/2 0 0 0 Expiration Date 11/30/2016 Inactive Date Duration Perpetual Registered Agent Information Agent Name FIKSO KRETSCHMER SMITH DIXON ORMSETH PS Address 2025 1 ST AVE STE 1130 City SEATTLE State WA ZIP 98121 Special Address Information Address City State Zip Gaveming persons Title Name Address Manager BRANDS,MARK 222 ETRURIA,SUITE 200 SEATTLE,WA 98109 http://www.sos.wa.gov/corps/search_detail.aspx?ubi=602080710 3/14/2016