Loading...
HomeMy WebLinkAboutPW17-165 - Original - Transpo Group - 212th & 72nd Traffic Signal - Contract - 04/14/2017 go l 00/r✓//// ir �71/ �rr j�% Gtl1�lM(�((j// r/ rriii/ram,✓n„�f///� �%p �/d���ppy��rl l t ecords Ma.,n""' E ANT r �/t Document WaswpffcrQw � I r /� i CONTRACT COVER SHEET This is to be completed by the Contract Manager pricer 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 USA, Inc, Vendor Number: .JD Edwards Number Contract Number: N ' This is assigned by City Clerk's Office Project Name: 2121" & 72nd Traffic Signal Description: ❑ Interlocal Agreement ® Change Order © Amendment N Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 10/1/17 Contract Renewal Notice (Days) Number of days required notice for termination or renewal or amendment Contract Manager: Drew Holcomb Department: Engineering Contract Amount: $27,749,0.0 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide traffic engineering services for the traffic signal at the intersection of S. 212th St. and 72nd Ave. S. As of: 08/27/14 • KENT W.,HiHo,oH CONSULTANT SERVICES AGREEMENT between the City of Kent and Transpo Group USA, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Transpo Group USA, Inc. organized under the laws of the State of Washington, located and doing business at 12131 113th Ave. NE #203, Kirkland, WA 98034, Phone: (425) 896-5249, Contact: Ryan Peterson (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: The Consultant shall provide traffic engineering services for the traffic signal at the intersection of S. 212" St. and 72"d Ave. S. For a description, see the Consultant's Scope of Work 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. 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 October 1, 2017. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Twenty Seven Thousand, Seven Hundred Forty Nine Dollars ($27,749.00), 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 duty to defend, indemnify, and hold the City harmless, and Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) 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 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 CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. 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. 1. 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. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) 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. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT: By: By: nature) (signature) (si g Print Name: P nt N J" e�, Suzette Cooke Its Its Ma or DATE: //7 DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Ryan Peterson Timothy J. LaPorte, P.,E, Transpo Group USA, Inc. City of Kent 12131 113th Ave. NE #203 220 Fourth Avenue South Kirkland, WA 98034 Kent, WA 98032 (425) 896-5249 (telephone) (253) 856-5500 (telephone) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department Transp-212`/Holcomb CONSULTANT SERVICES AGREEMENT 5 (Over$20,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: 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—Scope of Services, Fee & Schedule Client Name: City of Kent Project Name: 212th&72nd Traffic Signal Exhibit Dated: March 29,2017 TG: 1.17120.PR Scope of Services Transpo Group USA, Inc. (Transpo)will provide traffic engineering services to the Client for the design of inductance loops and APS upgrades to the traffic signal at the intersection of S 212th Street with 72nd Avenue S.Transpo proposes to prepare plans for construction,Special Provisions and an engineer's opinion of probable costs consistent with applicable City of Kent standards. Transpo will prepare work zone traffic control plans for construction of roadway improvements at the intersection. Proposed roadway improvements include converting the pavement through the intersection from hot mix asphalt to Portland cement concrete. Task 01—Traffic Signal Design Transpo will prepare traffic signal plans, Electrical Special Provisions,and an engineer's opinion of cost for the modification of the existing traffic signal at the S 212th Streel/72nd Avenue S intersection, per City of Kent standards.The existing traffic signal system will be modified to add stop-bar and advanced loop detection.The signal system will also be upgraded to current ADA standards including the installation of countdown pedestrian signal heads and APS-style push-buttons. Relocation/replacement of the existing controller cabinet,service cabinet, and signal poles is not anticipated and not included in the scope of services to be performed. One site visit is included in the scope of work to verify as-builts and conduit capacity. It is anticipated that the traffic signal modification plan set would Include the following full size(22" x 34")plan sheets: • Traffic Signal Plan at 1"=20'scale • Traffic Signal Field Termination Plan • Traffic Signal Details Task 02—Work Zone Traffic Control Design Transpo will prepare traffic control plans for the Contractor's use for constructing the proposed roadway improvements at the S 212th St/72nd Ave S intersection. It is anticipated that construction activities will require two partial intersection closure stages to complete the work as described below. Stage 1 —North Side of S 212th St Partial Closure • Fully close the north intersection leg(72nd Ave S)and implement detours • Reduce eastbound S 212th St to a single lane(lane reductions are anticipated to occur between 66th Ave S and 72nd Ave S) • Reduce westbound S 212th St to a single lane with a left turn pocket at the intersection(lane reductions are anticipated to occur between 84th Ave S and 72nd Ave S) • Place existing traffic signal into flashing mode Stage 2—South Side of S 212th St Partial Closure • Fully close the south intersection leg(72nd Ave S)and implement detours ■ Reduce eastbound S 212th St to a single lane with a left turn pocket at the Intersection(lane reductions are anticipated to occur between 66th Ave S and 72nd Ave S) ■ Reduce westbound S 212th St to a single lane(lane reductions are anticipated to occur between 84th Ave S and 72nd Ave S) :nticipated Place existing traffic signal into flashing mode It is that temporary channelization (with removal of existing conflicting channelization)will be needed to control traffic for the closures due to the project's duration. Design of permanent channelization, temporary traffic signal or timing modifications, and traffic analysis as a result of the temporary traffic control is not included in this Scope of Work. Local access to properties adjacent to the closures will be maintained at all times. Stage 1 detours are anticipated to use the following streets: • S 212th St ■ 68th Ave S • S 204th St • 84th Ave S • E Valley Hwy • SW 43rd St Stage 2 detours are anticipated to use the following streets: • S 212th St • 68th Ave S • S 216th St • 84th Ave S • S 224th St • 83rd Ave S ■ S 228th St Traffic control plans will be prepared to City of Kent standards and MUTCD standards,as applicable.Plans will be prepared at half-size(11"x 17")for inclusion in the project manual. It is anticipated that the traffic control plan set would include the following plan sheets: • Traffic Control General Notes (1 sheet) • Traffic Control Details(1 sheet) • Traffic Control Plans at 1"=40'scale(8 sheets, 4 per phase) • Detour Plans 1"=500'scale(2 sheets, 1 per phase) Task 03—Construction Phase Services A. Shop Drawing and Cut Sheet Review Transpo will review contractor provided/prepared shop drawings and cut sheets for general conformity with the plans and specifications.The contractor will be required to submit shop drawings and cut sheets for signal poles, pedestrian signal heads and push-buttons,conduit,wiring,junction boxes, loop detection,and materials. Following review,Transpo will stamp the shop drawing and/or cut sheet with the appropriate designation(no exceptions taken,rejected, etc)and provide the City of Kent with the appropriate number of copies for their review. B. Response to Contractor Request for Information(RFI) Transpo will respond to contractor RFIs related to traffic signal and channelization work during construction as necessary. It is anticipated that RFIs will be routed through the on-site Project Engineer and provided to Transpo in a written format.Transpo will work with the Client,contractor, and the appropriate agencies to provide resolution to the RFIs.The projected fee anticipates responding to up to 2 RFIs. Submittals Submittals of the complete plan set, Special Provisions,and engineer's opinion of probable costs for the traffic signal improvements and work zone traffic control will be prepared to the 90-percent and final completion levels. Comments from the Client will be reflected in each submittal.Two(2)submittals are included in this scope of work. Should additional revisions and/or submittals be required for approval, beyond the two anticipated,this may constitute extra services necessitating a change to the scope of services,fee projection,and/or schedule. Schedule Submittal of 90% plan set,Special Provisions, and engineer's opinion of probable costs will occur on or before April 21st,2017.Assuming comments are received by the City by April 26th,2017,the final submittal will occur on April 28th,2017. Assumptions Transpo is entitled to rely upon the completeness and accuracy of information and services furnished by the Client and their representatives. Transpo assumes the following as the basis for this Scope of Services and Fee • Aedal imagery(Google Maps, Bing Maps,etc.)or generic CAD linework can be used as a basemap in areas where project survey is not available. • Railroad impacts are not anticipated. The Client shall provide the following information and/or services to Transpo: 1. Soils investigation and pit logs with respect to signal and luminaire pole foundation design. Transpo will provide direction to the Client with respect to soils testing needs and locations. 2. Right-of-way acquisitions,easements,and/or legal descriptions If required. 3. Electronic copies of the final roadway basemaps and plans, including existing and proposed features in an AutoCAD format.Topographic survey basemaps within the project limits shall include an as-built of existing roadway features and proposed features including overhead and underground utilities,structures, ditches, roadway centerline with stationing,and right-of-way and easement boundaries.Transpo shall provide direction to the Client as to the extents of survey needs.Topographic survey information shall be provided to Transpo in an AutoCAD format. 4. It is assumed that others will prepare all civil-related plans not described in Exhibit A.This includes,but is not limited to,the design of curbs,sidewalks,paving,grading,utilities, drainage, structures,geotechnical design, and related work. 5. Special luminaire and/or signal pole foundation design is not included. 6. Transformer or electrical service connection design is not included. Transpo Group USA,Inc. Cost Estimate Worksheat Crary po je'c'' ? q WHAT VNa.0 C.Yi,d' 1 9 Y "1�.A'Fe I IK Number!Project Name Pay rates are effective from.tune 25,2016 through June 23,2017,within the ranges shown in the attachment 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 ingineer Support Admin job tilte Eng L5 Prin L7 Eng L4 Eng L1 PA L4 cost rate $49.00 $72.M4- $43.46 $31,06 $39.00 Labor: iSIMEMMENIMEM on= OEM ME= Traffic Signal o ® 1 Traffic a rsasl�n 10 4 20 tiff 100 $3,701 2'Work Zone Traffic Control Design and Detour 2 20 120 142 $4 694 _.......... _. _._ . .._ 3 Construction Phaso Services 2 6 8 $359 4 0 $0 0 _ $0 6 ...,,.,..._... _ _... ._._.__._ 0 . .... $0 _..,. 7 ....... _ ___._..... _.........._.. __ .w _.....,. . _........ _. _... _. ._m.... .,, _.w. o._..._ 1 .._....._ _ _ w .._......_.. _...._..,. _...._.., _.- _..v _,... 0 $0 12 © $ _..._..., . _,-,_,_ . .... . ........._._ 13 14 0 $0 15 16 ......... .... ......,.. _-._... .... .._.. .. _ .. ._,......_.__ .-..,,. _... ,._.._, �.W.. ._..... . 0 ...,_...,... 17 Total Hours 14 4 46 186 0 250 a 186.99% ii ll,. 30.00°/s r r Miscellaneous F_x enses: Subconsuftents: 1'Federal Express I Courier $0' 1 Subconsultant A0 _.,_. .., _.._._ _ _..w.-.._...._. 2 Phana $0 2 Subconsultanta $Cl 3 Fax $0 3 Subconsultant C $0 4,Postage $0 4 Subconsultant D 5 Graphic supp4as 0 5 Subconsultant E $0 6 Phatagr11a Ih1 ... _.. _ . $0 _. 7 Trevel expenses (mileage) $0 r 8 Reproduction $0.._.,._. 9 TraKc counts $0 10 Traffic accident data ,,...,... $0 ... 11 Spec MPS model run __,.. .._$0_.,._ I 12 Transpa 11 nallan Concurranc A plVoatian $0 Cost Estimate Prepared on:3/2912017 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 $2,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than 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 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. ® DATE(MMIDDIYYYY) A o CERTIFICATE OF LIABILITY INSURANCE 4/7/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER NAME CT Stefanie Fuller Dealey, Renton&Associates PHONE 626-844-3070 FAx 199 S Los Robles Ave Ste 540 uu E-MAIL Pasadena, CA 91101 ADORES,Insurance.Certificates@dealeyrenton.com License#0020739 INSURERS AFFORDING COVERAGE NAIC a INSURERA:Travelers Indemnity Company 25658 INSURED TRANSGRO INSURER B:Sentinel Insurance Co. LTD 11000 Transpo Group USA, Inc. INSURERc:Travelers Indemnity Co. of Connecti 25682 12131 113th Ave NE, Suite 203 INSURER D:Travelers Property Casualty Co of A 25674 Kirkland,WA 98034 425821-3665 INSURER E:BeazleyInsurance Company, Inc. 137540 INSURER F COVERAGES CERTIFICATE NUMBER: 1540836479 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 TYPE OF INSURANCEADDLISUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVO POLICY NUMBER MM/DD/YYYY MMIDDIYYYY D X COMMERCIAL GENERAL LIABILITY Y Y 68051-1922021 1/112017 1/1/2018 EACH OCCURRENCE $1,000,000 D 6805H922543 1/1/2017 1/1/2018 DAMAGE T RENTED CLAIMS-MADE FX OCCUR PREMISES Ea occurrence $1,000,000 X Contractual Liab MED EXP(Any one person) $10,000 X XCU Included PERSONAL&ADVINJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 JEOT LOC PRODUCTS-COMPlOPAGG $2,000,000 POLICY E OTHER: I $ C AUTOMOBILE LIABILITY Y 8A4F625154 111l2017 1/112018 COMBINED SINGLE LIMIT Ea accident $1,000,000 ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED BODILY INJURY(Par accident) $ x HIREDAUTOS rLL AUTOS NON-OWNED PROPER cfdenDAMAGE $ AUTOS $ A X UMBRELLA LIAB X OCCUR Y Y CUP4F625338 1/1/2017 1/1/2018 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10.000 $ B WORKERS COMPENSATION 57WEGZS7222 111/2017 111/2018 X STATUTE OERH D AND EMPLOYERS'LIABILITY YIN 68051-1922543 1/1/2017 1/1l2018 ANY PROPRIETOR/PARTNER/EXECUTIVE N I A E.L.EACH ACCIDENT $1,000,000 D? OFFICER/MEMBER EXCLUDE (Mandatory in NH) E.L.DISEASE-EA EMPLOYEd$1,000.000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$1,000,000 E Professional Liability V1D535170101 1/1/2017 1/1/2018 $2,000.000 Per Claim Claims Made form $4,000,000 Annual Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I 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. Policy Number 68051­1922543 includes WA Stop Gap Coverage. Re: Transpo Project#17120.00 Kent 212th&72nd Traffic Signal. 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 Day NOC/10 Day for NonPay of Prem 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 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD 6805H922021 COMMERCIAL GENERAL LIABILITY 6805H922543 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following Is added to SECTION II -WHO IS Its of Insurance described in Section III -Urn- AN INSURED: its Of Insurance. Any person or organization that you agree in a h. This insurance does not apply to "bodily inju- "written contract requiring insurance" to include as ry" or "property damage" caused by "your an additional insured on this Coverage Part, but: work" and included in the "products- completed operations hazard" unless the a. Only with respect to liability for"bodily injury", 'Written contract requiring insurance" spedfi- " ro ert ersonal injury";u p p y damage"g "or"p ";and cally requires you to provide such coverage b. If, and only to the extent that, the injury or for that additional insured, and then the insur- damage is caused by acts or omissions of ance provided to the additional insured ap- you or your subcontractor in the performance plies only to such "bodily Injury" or "property of "your work" to which the "written contract damage"that occurs before the end of the pe- requiring Insurance" applies, or in connection dod of time for which the "written contract re- with premises owned by or rented to you. quiring Insurance" requires you to provide The person or organization does not qualify as an such coverage or the end of the policy period, P g q y whichever is earlier. additional insured: 2. The following Is added to Paragraph 4.a of SEC- c. With respect to the independent acts or omis- TION IV - COMMERCIAL GENERAL LIABILITY sions of such person or organization;or CONDITIONS: d. For"bodily injury", "property damage"or"per- The insurance provided to the additional Insured sonal injury"for which such person or organs- is excess over any valid and collectible other in- zation has assumed liability in a contract or surance, whether primary, excess, contingent or agreement. on any other basis, that is available to the addi- The insurance provided to such additional insured tional Insured for a loss we cover. However,If you is limited as follows: specifically agree In the"written contract requiring e. This insurance does not apply on any basis to insurance"that this insurance provided to the ad- any person or organization for which cover- ditional Insured under this Coverage Part must age as an additional Insured specifically is apply on a primary basis or a primary and non- added by another endorsement to this Cover- contributory basis, this insurance Is primary to age part. other insurance available to the additional Insured f. This Insurance does not apply to the render- which covers that person or organizations as a ing of or failure to render any "professional named insured for such loss, and we will not services". share with the other insurance, provided that: g. In the event that the Limits of Insurance of the (1) The "bodily Injury" or "property damage" for Coverage Part shown in the Declarations ex- which coverage is sought occurs;and ceed the limits of liability required by the."writ- (2) The "personal injury" for which coverage is ten contract requiring insurance", the insur- sought arises out of an offense committed; ance provided to the additional insured shall after you have signed that"written contract requir- be limited to the limits of liability required by ing Insurance". But this insurance provided to the that 'written contract requiring insurance". additional insured still is excess over valid and This endorsement does not increase the lim- collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is CG D3 81 09 15 0 2015 The Travelers Indemnity Company.Al rights reserved. Page 1 of 2 Includes the copyrighted materiel of Insurance Services Offlce,Inc.,with Its permission COMMERCIAL GENERAL LIABILITY available to the additional Insured when that per- fore, and in effect when, the "bodily injury" or son or organization is an additional insured under "property damage" occurs,or the"personal injury" any other insurance. offense is committed. 3. The following Is added to Paragraph 8., Transfer d. The following definition is added to the DEFINI- Of Rights Of Recovery Against Others To Us, TIONS Section: of SECTION IV - COMMERCIAL GENERAL LI- "Written contract requiring insurance" means that ABILITY CONDITIONS: part of any written contract under which you are We waive any right of recovery we may have required to include a person or organization as an against any person or organization because of additional insured on this Coverage Part, provid- payments we make for "bodily Injury", "property ed that the "bodily injury" and "property damage" damage" or "personal Injury" arising out of "your occurs and the "personal injury" Is caused by an work performed by you, or on your behalf, done offense committed: under a "written contract requiringinsurance"with a. After you have signed that written contract; that person or organization. We waive this right b. While that part of the written contract is in ef- only where you have agreed to do so as part of fect' and the "written contract requiring insurance" with c. Before the end of the policy period. such person or organization signed by you be- Page 2 of 2 G 2015 The Travelers Indemnity Company.Ali rights reserved. CG D3 81 0915 includes the copyrighted material of insurance services Office,Inc.,with its permission POLICY NUMBER: 13A4F625154 COMMERCIAL AUTO CA 20 48 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision 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. Named Insured: Transpo Group USA, Inc. Endorsement Effective Date:1/1/2017 SCHEDULE Name Of Person(s)Or Organization(s): Re: Transpo Project #17120.00 Kent 212th & 72nd Traffic Signal - City of Kent Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an"insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc.,2011 Page 1 of 1 REQUEST FONMAYORS SIGNATURE NT � sn ��a uuhuuuuuw " R IW 'IP '°;tirzV� HOlwma Aye aon ro7 Ss50. e s5tl i b ro/a A� aF�e9„P kl��ii� s�ne¢nowmeoCN Nanc`xq�nt�ke F9�reea me iPNull, WINJURINS, I WE 1�ans�oc�b'usa„„� pPoo-°� N .'5. �,.., 3Y31fY7 IS, IN P co v aRAaF ��A Date iRM / . R96107 !. e Etna x �achM n e ro d e pwp "a l r� ��C Fed ,�,44�� 9F she n[e�sec�. ziz�h �� ��? xn �9 I IIIIIIII a Ave s � I NM Ma h° N'xM1 (�fl IIIII IIIII epaaeaX c 'Be pro AMrgpM%�M�nen aY.n - IIIIIIIIII i '' illllllm iiliiilllllllllllll