Loading...
HomeMy WebLinkAboutPW16-412 - Amendment - #2 - David Evans and Associates, Inc. - BNSF Railroad Quiet Zone - 10/26/2017 1 Y///����i/ Records i' �✓ 1 % �'``�elrl /aa ( �21 frC NT Document wns Hinc,oN ,��//y%r �;;?ry, ,r /�✓ir/ ,fir i 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: David Evans and Associates, Inc. Vendor Number: JD Edwards Number Contract Number: Pw This is assigned by City Clerk's Office Project Name: Railroad Grade Crossing Improvements Description: ❑ Interlocal Agreement ❑ Change Order ® Amendment ❑ Contract ❑ Other: Contract Effective Date: 10/26/17 Termination Date: 6/30/18 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Peterson Department: Enqineerinq Contract Amount: $0.00 Approval Authority: (CIRCLE ONE)(\ Department Director) Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Updated the scope of work and extended to June 30 2018. As of: 08/27/14 / KE ➢�1T wAs� ,� o AMENDMENT NO. 2 NAME OF CONSULTANT OR VENDOR: David Evans and Associates. Inc. CONTRACT NAME & PROJECT NUMBER: Railroad Grade Crossing Improvements ORIGINAL AGREEMENT DATE: November 22, 2U1¢ This Amendment is made between the City and the above-referenced Consultant or Vendor and amends the original Agreement and all prior Amendments. All other provisions of the original Agreement or prior Amendments not inconsistent with this Amendment shall remain in full force and effect. For valuable consideration and by mutual consent of the parties, Consultant or Vendor's work is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, the Consultant or Vendor shall: Provide design services for the project. For a description, see the updated scope of work which is attached as Exhibit A and incorporated by this reference. 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are modified as follows: _............... ... _._.. ---............ .... Original Contract Sum, $83,133.00 including applicable WSST .. m......A Net Change by Previous Amendments $0_ including applicable WSST Current Contract Amount $83,133.00 including all previous amendments _ .......... _......._ ............ .........._ Current Amendment Sum $0 _....... . ...............___ ------- Appmlicable WSST Tax on this $0 Amendment Revised Contract Sum $83,133.00 AMENDMENT - 1 OF 2 ............................ ................... ........ Original Time for Completion 9/30/17 (insert date) .................. Revised time for Completion under 12/31/17 prior Amendments (insert date) Add'l Days Required ... for this 181 calendar days Amendment Revised Time for 6/30/18 (insert date) The Consultant or Vendor accepts all requirements of this Amendment by signing below, by its signature waives any protest or claim it may have regarding this Amendment, and acknowledges and accepts that this Amendment constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Amendment, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Amendment, unless otherwise provided, does not relieve the Consultant or Vendor from strict compliance with the guarantee and warranty provisions of the original Agreement. All acts consistent with the authority of the Agreement, previous Amendments (if any), and this Amendment, prior to the effective date of this Amendment, are hereby ratified and affirmed, and the terms of the Agreement, previous Amendments (if any), and this Amendment shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding on the parties of this contract. IN WITNESS, the parties below have executed this Amendment, which will become effective on the last date written below. CONSULTANT/VENDOR: OF K E By:_ (�� (signature) L(,9 Print Name: 1,1> P- ,g 5 a cto I Its Public Works Director ve) DATE:-- DATE:----t/ & ................. ........ APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department ..................... ....................................— David Evans& RR W,t Zone 2 Amd 2/Peterson AMENDMENT - 2 OF 2 DAVID EVANS ANDASSOCIATES INC. Scope of Services and Fee Proposal City of Kent Railroad Grade Crossing Improvements Exhibit A Amendment 2 At the request of the City of Kent(CITY), David Evans and Associates, Inc. (DEA) is submitting Amendment 2 revised scope of services that replaces original scope of work and Amendment I to provide design services for improvements at grade crossings and fencing at select locations along the railroad right-of-way. The following describes the services that DEA will perform for the CITY under this Scope of Services. Background: The CITY has been working on establishing Quiet Zones at the BNSF and UP Railroad Grade Crossings in downtown Kent. As a part of that process,the CITY would like to develop designs for necessary improvements, such as pedestrian gates and fencing, to support improved pedestrian safety in the proposed Quiet Zones. The CITY will continue their ongoing discussions with the BNSF and the W UTC regarding Quiet Zones and associated improvements. During those discussions,the CITY may request technical support from DEA. In addition, the CITY has identified sidewalk improvements approaching the grade crossings on W Gowe Street and W Meeker Street and may require design assistance from DEA due to CITY staff workloads. Scope of Services: DEA will work directly for and on behalf of the CITY and will provide the CITY with design documents, cost estimates, technical support and alternate sidewalk PS&E documents. DEA will perform its services for the work described in this scope of services following the degree of care and skill ordinarily established by professional deas and following the standards of the industry. Assumptions: 1. The budget for the Scope of Services is based on a completion by June 30, 2018. 2. DEA will attend up 18 project meetings as necessary. 3. The level of effort for a given work task is limited to the amount of labor and expenses indicated in Exhibit B. Out-of-scope services beyond these limits will be provided as Extra Work. DEA reserves the opportunity to shift budget between work tasks and between labor and expenses. 4. DEA will not perform any surveying as part of this scope of services. Any survey work requested by the CITY will be provided as Extra Work. 5. The CITY-provided basemaps will be in electronic format (AutoCAD 2014). The CITY will also provide to IDEA a Civil 3D surface file and point files. The basemaps will include details of the existing crossings and surrounding surface features, drainage courses, driveways, landscaping, utilities, property lines, right-of- way limits, easements and other existing topographic features. Utilities have been field located and included in the basemaps. Missing information or data not in conformance with CITY standards will be provided and corrected by the CITY. 6. CITY provided title block format will be used. CITY will inform DEA about any required AutoCAD formatting and/or layering standards prior to DEA preparing plans. Any AutoCAD standard changes after initial drafting will be considered Extra Work. 7. The CITY will provide DEA with an AutoCAD template containing all the CITY AutoCAD layers, styles, etc. 8. Existing utilities identified as potential conflicts with proposed PROJECT improvements will be potholed by the CITY during the design phase. Scope of Services and Yee Proposal Kent Grade Crossings Page 2 9. Overhead utilities are properly located on the basemap. DEA will check for conflicts during an initial site visit. CITY will obtain utility height data for potential conflicts identified during the DEA site visit. 10. Designs will comply with the requirements of AREMA, MUTCD, BNSF, WUTC, and City of Kent Development Standards in effect as of the NTP date. Where conflicts exist between the standards they will be applied in the order listed. DEA will discuss standards with the CITY at the start of the PROJECT to ensure that both parties are in agreement with the applicable standards and details. 11. The CITY will prepare the contract bid package and insert the DEA-prepared plans and Special Provisions. 12. DEA will not perform any railroad crossing signal design. The extent of DEA railroad signal work will be limited to identifying possible locations of new pedestrian gates and the extent of new or modified vehicle crossing arms. BNSF consultants will perform railroad signal design. 13. The CITY will review project deliverables and provide one consolidated set of comments. DEA will make revisions based on CITY comments one time, resulting in a final deliverable. Additional revisions will be considered Extra Work. 14. The Design Review Committee comments will be limited to the fence type and will consist of one set of review comments at the 30% design stage. Once those comments are received DEA will work with the CITY to identify required fence type changes and those changes will advance to the 90% design. Design Review Committee comments will be limited to the fence type and will consist of one set of review comments at the 90% design stage. 15. DEA will not perform any roadway improvement designs other than minimal revisions to accommodate the sidewalk improvements. 16. No landscaping improvements are included as part of this scope of work. Landscape services can be provided as Extra Work. TASK 1 Project Administration and Coordination 1. Project Management a) Provide overall management and administration of the design, direct and supervise staff, and review work over the course of the project. b) Monitor the project budget by comparing the planned versus actual rate of expenditure for each element. Identify trends and coordinate with the CITY on possible corrective actions. Update the project budget on a monthly basis and submit to the CITY with the monthly invoice. c) Provide internal DEA review of deliverables prior to submittal to the CITY (QA/QC). 2. Project Meetings and Coordination a) Attend one kick-off meeting, assumed to be one hour duration, with CITY. The CITY shall schedule the meeting. DEA shall prepare the agenda, and distribute to attendees one week prior to the meeting. DEA will prepare meeting record and distribute to the attendees within two weeks of the meeting date. b) Coordinate with CITY staff for project data, design issues and project updates. Deliverables • Monthly progress report and invoice— 1 copy TASK 2 Design Task 2.1 —30% Design This task identifies the preliminary location of major project elements. Major elements shall be located in their final proposed locations to the extent passible considering factors such as underground and overhead conflicts and compliance with AREMA, ADA, MUTCD, BNSF Railway (BNSF), Union Pacific Railroad (UP) and City of Kent standards for placement and visibility of elements. DEA will prepare the deliverables and submit to the CITY for review and comment. The CITY will compile all internal review Scope-pf Services and Pee Proposal Kent Grade Crossings Page 3 comments and provide DEA with one comprehensive set of comments. DEA will perform the following work tasks as identified below: Level of effort hours for layout of sidewalks at up to 2 grade crossings around railroad signal gates/poles and determine pedestrian pathway through the railroad crossing. This work will only be completed if directed by City of Kent. Review plans and specifications developed by Kent for the installation of the median curb/delineators along Smith Street at the BNSF crossing. Review UP's recommendations for gate installation and constant warning a Meeker to determine if improvements are warranted. Coordinate conceptual layout of gates for UP Meeker Street Grade Crossing. Coordinate with UP for gate installation and Constant Warning at the UP crossing of Meeker Street if warranted. • Identify fence location east of the railroad tracks to prevent pedestrian trespass between Gowe Street & Titus Street along BNSF. . Fencing will be assumed to be WSDOT Chain Link a Type 3 Fence. Kent will responsible to coordinate Design of fence with key downtown business interests and Economic and Community Development Department. This scope of work assumes two fence design revisions to accommodate stakeholder comments. This scope of services does not include any architect design for fence pillars. This scope of services does include design of basic square brick pillars at each end of the fence if requested by the City. Design an approximate 550 foot long WSDOT Type 3 chain link fence starting approximately 1,450 feet north of James Street. Prepare a cost estimate for each crossing location and for each fence installation. Deliverables: 1. 2 - Pedestrian Crossing Layout Plans (PDF format - 20-scale) a. Plans will include above ground locations for pedestrian gates, junction boxes, concrete sidewalks, asphalt sidewalks, ADA compliant truncated domes, signage and pavement markings 2. Fence Installations (PDF format- 20-scale) a. Plans will include fence locations and any associated gates. Plans for the Gowe Street to Titus Street fence along BNSF will include a details sheet with sufficient detail for aesthetic design review. 3. 30% Cost Estimate (MS Excel) a. Cost estimate will follow WSDOT standard bid items to the extent possible. Estimates will be based on WSDOT Unit Bid Analysis for the Olympic Region and recent bid tabulations furnished by the CITY. Task 2.2 —90% Design (If need determined by Kent) This task involves incorporating CITY comments from the 30% design submittal as well as developing the plans to a greater level of detail. One round of revisions will be made to the plans and then submitted to the CITY for review and comment. The CITY will compile all internal review comments and provide DEA with one comprehensive set of comments. DEA will perform the following work tasks as identified below: 1. 90-Percent Design a) Revise 30% Plans i) Revise pedestrian crossing plans and fence plans based on CITY 30% comments. Update layout of pedestrian elements and fencing based on CITY comments and required design changes. Add detail drawings for project elements that were not included in the 30% documents. 2. 90-Percent Special Provisions a) Prepare PROJECT specific special provisions if necessary to supplement the standard City of Kent Special Provisions. Special provisions prepared by DEA will be inserted by CITY into the bid packet. Scope of Services and Fee Proposal Kent Grade Crossings Page 4 3. 90-Percent Cost Estimate a) Update the 30% cost estimate if necessary based on CITY comments. Include updated design information from the 90 percent plans and submit to CITY. Deliverables: 1. 90% Plans (PDF format - 20-scale) • Pedestrian Crossing Plans and Details (PDF format - 20-scale) • Fence Plans and Details (PDF format - 20-scale) 2. 90% Cost Estimate (MS Excel) 3. 90% Special Provisions (MS Word) Task 2.3—PS&E (If need determined by Kent) This task involves incorporating CITY 90% review comments in one round of updates and submitting revised documents to CITY for approval. The DEA will perform the following work tasks as identified below: 1. Revise plans based on CITY 90% comments. Finalize the plans for advertisement for bid. 2. Update PROJECT specific special provisions based on the CITY comments. Finalize the special provisions for insertion by CITY into the bid packet. 3. Update the 90% cost estimate based on CITY comments. Include updated design information from the final plans and submit to CITY. Deliverables: 1. Final Construction Documents (PDF format and AutoCAD 14 files —20 scale) 2. Final Cost Estimate (MS Excel) 3. Final Special Provisions (MS Word) TASK 3 Task Deleted TASK 4 Technical support for Quiet Zone Task 4.1 NOI — BNSF Railway (BNSF) Crossings DEA will assist the CITY in preparing an NOI for Quiet Zone for the BNSF crossings of city streets between 212th Street and 2591h Street, inclusive. This work will include reviewing existing documents, such as the Crossing Safety Diagnostic, providing technical advice to the CITY regarding process issues related to the NOI, completing the FRA Quiet Zone Calculator and assisting the CITY in preparing the NOI. DEA will also assist the CITY in meetings with the WUTC. TASK 4.2 Technical support for Quiet Zone NOI — Union Pacific Railroad (UP) Crossings DEA will assist the CITY in preparing an NOI for Quiet Zone for the UP crossings of city streets between 212th Street and Willis Street, inclusive. This work will include reviewing existing documents, such as the Crossing Safety Diagnostic, providing technical advice to the CITY regarding process issues related to the NOI, completing the FRA Quiet Zone Calculator. Provide Kent a memo outlining improvements necessary in order for Kent to pursue a quiet zone at the UP Crossings. TASK 4.2.1 Union Pacific Railroad (UP) Crossings — Diagnostics Scope-of Services and Fee Proposal Kent Grade Crossings Page 5 DEA will assist the CITY in setting and preparing for UP railroad diagnostics for grade crossing of city streets between 212th Street and Willis Street, inclusive, with UP, UTC and City. DEA will prepare draft and final diagnostic Memo. Assumptions: • DEA assumes with this SOW that no design work will occur at the UP crossings, any design work necessary be an additional effort. Deliverables: 1. Draft Notices of Intent (NOI) for BNSF and UP crossings 2. Two Memos, one for BNSF and one for UP, outlining improvements necessary in order for Kent to pursue a quiet zone for each. 3. FRA Quiet Zone Calculator Results for up to 5 scenarios for BNSF crossing group and up to 5 scenarios for UP crossing group. 4. Meeting notes or records of conversation with UP, BNSF, FRA, or UTC, if such occur. 5. Draft Diagnostics Memo for UP 6. Final Diagnostics Memo for UP TASK 5 Traffic Counts DEA will secure the services of a traffic count vendor to obtain current ADT traffic volumes for the following locations: BNSF Grade crossings at: S. 212th Street S. James Street Smith Street Meeker Street Gowe Street Titus Street Willis Street S. 259th Street UP Grade crossings at: S. 212th Street S. 228th Street S. James Street Smith Street Meeker Street Willis Street DOCUMENTS TO BE FURNISHED BY DEA The documents, exhibits, or other presentations as described as Deliverables under SCOPE OF SERVICES ("Documents") will be furnished by DEA to CITY upon completion of the various tasks. Whether the Documents are submitted in electronic media or in tangible format, any use of the Documents on another project or on extensions of this project beyond the use for which they were intended, or any modification of the Documents, or conversion of the Documents to an alternate system or format will be without liability or legal exposure to DEA. CITY will assume all risks associated with such use, modifications, or conversions. DEA Scopewf Services and Fee Proposal Kent Grade Crossings Page 6 may remove from the electronic Documents delivered to CITY all references to DEA's involvement and will retain a tangible copy of the Documents delivered to CITY which will govern the interpretation of the Documents and the information recorded. Electronic files are considered working files only—DEA is not required to maintain electronic files beyond 90 days after project final billing, and makes no warranty as to the viability of electronic files beyond 90 days from date of transmittal. ITEMS AND SERVICES TO BE FURNISHED BY CITY CITY will provide the following items and services to DEA. DEA is entitled to rely on the accuracy and completeness of the items and services furnished by the CITY. 1. Basemap in AutoCAD 2014 format, including topographic features, field located utilities, Civil 3D surface, survey point ASCII files, accurate survey control points and monuments throughout the project area, existing and proposed right of way boundaries and easements, and the most recent crossing design, including horizontal and vertical alignments, curbs, driveways, curb ramps, walls, signing channelization and utilities. 2. Existing Conditions base map in electronic format (AutoCAD 2014). 3. CITY standard details and title blocks in AutoCAD 2014 format. 4. Utility pothole information. 5. Rights-of-entry upon all lands necessary for the performance of the work described in the Scope of Services. 6. Crossing Safety Diagnostics Reports - BNSF EXTRA WORK All work not described above will be considered Extra Work. At the request of the CITY, DEA will perform Extra Work as a supplement to this Agreement. This work may include: 1. BNSF Coordination 2. WUTC Coordination 3. Topographic Surveying and Mapping 4. Bid Support 5. Construction Support TIME FOR PERFORMANCE The project will be complete by June 30, 2018. P:1C\CKTx0000000910000CGN1Proposal\Scope Modification July 20171Kent Grade Crossing Scope Modification Final July 28 2017.docx Kent Grade Crossing Improvements Exhibit B David Evans and Associates, Inc. Direct Classification Hrs. x Rate Cost Principal in Charge P ) 8 90.00 $720 Managing Professional Engr(MGPE)-Civil 101 $ 64.00 $6,464 Managing Professional Engr(MGPE)-Rail 90 $ 65.00 $5,850 Sr. Professional Engineer(SPEN) 58 $ 5&50 $3,219 Professional Engineer(PEEN)-Civil 78 $ 41.20 $3,214 Professional Engineer(PEEN)-Rail 74 $ 51.50 $3,811 Administrative Assistant(ADMA) 60 $ 36.54 $2,192 Executive Administrator(EXAD) 24 $ 37.64 $903 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 Total urn 493 Salary Cost $ 26,373 Salary Escalation Cost(estimated) Escalation-o/of Labor Cost 0% per year @ 0 year(s) $0 Total Salary Cost $ 26,373 Overhead Cost @ 175.29% of Direct Labor $ 46,230 Net Fee @ 30.0% of Direct Labor $ 7,912 Total Overhead&Net Fee Cost 54,142 Direct Expenses No. Unit Each Cost Reproduction Costs Copies loco pages @ $0.06 /page $ 60.00 Plans 0 sets @ $15 /set $ - Mail/Deliveries/Fed Ex 0 @ $20 $ - Mileage 634 miles @ $0.565 /mile $ 358.21 Traffic Counts 1 LS $2,200 $ 2,200.00 Subtotal -__2,618 David Evans and Associates Total $ 83,133 Subconsultants Subconsultant Total $ Direct Expenses Sub-Total lincludino Subconsultantsl $ 2.618 Total Costs $ 83,133 Page 1 of 1 ekCCKrxo999o009%0 OOCoMProposansmpe Mod�eoaoo9 My 201]1Kent 3,ada crossing Fee Proposal-My 2017,w:x Printed: 7/2 812 0 1 7,8:02 AM kS" CERTIFICATE OF LIABILITY INSURANCE eA°'""°°" " 12r 1J2017. 11/29/2016 THIS CERTIFICATE IS ISE UED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND CR 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. 1 PORTAN7: If the ceriincate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED pruvislons or be endorsed. It SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an andossemanL A statement on this certificate does not confer rights to the carliflcals holder In lieu of such Bndersenlent s. PRODUCER Locklon Companies , 444 W 47th Street,Suite 900 Kansas City MO(A 112.1906 (816)960-9000 '...�.._.. .._.r..........._....._...,.._....._. INEUR RA Zurich American_InsuranCCCanP-ia9, _„_.,_.,_.,.._ B — . i"Sup" DAVID EVANS AND ASSOCIATES,INC. INBNas reo (dfQ3ytjq, gao„tltsteranae C¢,thn�iarly 10641_., 421211 2100 SW RIVER PARKWAY Ley PORTLANU OR 97201 IBeuRBn e l SURER F: COVERAGES DEAL O1 CERTIFICATE NUMBER: 1417984 REVISION NUMBER: xxxxmx. iHl9 IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR IHE.POLICY PERIOD INOICATEO. NOTWITHSTANDING ANY REpUNREMENT,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, 11R.11EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPB OF IN9UMNCE I NU, a UNITS 7y � COMMERCIAL eEAAEFtAI..LIABILITY EACH OCCURRENCE S S],ODO,DDO A � 09830J89 12I1/2016 12/IR017 CI-Aw-MADE l..A.J OCCUR ro ADT'TErmr:RxE;n s $300,000 MED E%P(AIr ono oersmn) PERSONAL e ADV INJURY s .61.000 0Otl BENOTHGRE�G�AT"'E� LBJIT APPLIES PER; GENERAL AGGREGATE a $2.Q QAW_ POLIO FX� JTPT DLOC PRODUCTS-COMPIOP AGO,A AUTOMOBILE LIABILITY P 9830390 12/1/2016 12/ll2017 BCBLO4]' E $1,000,000 ANYAOWNED O BODILY INJURY(Pm person) 7r XXXXXX AlRO3 ONLY AUTOS ._D_ _.� - ,Zm - OWNED SCHEDULED tl001LY INJURY IPV FcGtlentlAUT090NLY AIITOB ONLY E Xs HIRED 'X NON-0WNLY Lae3 aR7 X2�iD'i,XXX j�' XXXXXX g UMBRELLA Lus x OCCUR Y N F.XC1 000 5 994 3 0$. 17/ln(Hii I2/1/2017 EACHOCCUNRENCE i .Q�� X' E%eE99 LU9 CVJMSSMAGE tDn IS Z OD .ODD DFll RFTFNTl1NS_ ._......... T*.- t XXX17CX7C A ,WORKBRB COMPEN9gTION GW-I}� AN EMOe �OENUASIU TIUER/E%EcuTIVE YN NIA N WC 933662fi 112/]/2016 12/12017 C ER. nSTA GDENT / I+YQ�(MnMatmry In NNl EA EMPLOYE 51DDQ.NE yantlescrllTem _............_...GE8 CINOF OPERATIONS rebx POLICY LIMIT 1 1 OOO.ODO C PROFESSIONAL : N N LDUSA1604625. 12/t/2016 12/I/2017 PER CLAIMLIABILITY 0 AGOREQATE eEECRIPTIONOPOPENAD 6{LOCATIONEIVE111CLE9(ACORD 191„AtIenmmaaawrkm a�MBWmi Meybm mnmchw 0"M$PJmn hngwasB) ------ RB OKt'X00Op00Ca BNSF HAIUUCAV QMEC ZONE MEND GRADE CROSSING IMPROVEMLIM nMCITYDP'%eNrISANADDrrONAL NStjR ASUSPJ'CTS OMFIRAL.LIABILITY AUTO UABILFTY AND UMBRELLAtEXCESS LIABILTTY,.AS RE UIREt7'aYWpfri'SNCQN''rRAO7.TklECENBRALLIABClrrY'ANDAU'CO QABILNY GOYERAdii ARE,PRIMARY,AS RE.pUIREDBSYWRITTENCONPR.gC'7,SRB1ADBITIONAA.WSVAUDS ES.'GWNCWERAO$t$EXCSOFAND NON-CONTRIBUTORY WtTB THE GENERAL MILItY.AND ON TfM ALTO LLA Qn Y AS RBSPBUIS THE USE OF VeMeli.S OWNED BY DAvm EVANS& ASSGCXA7'L'S„INC.W MERE REQUIRED BY 1Pprrmh CONTRACT, I� 215RTIFIQT HOLDER CANCELLATION. s:Ati ch lent.4:. . '. 14370484 CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:NANCY YOSH]TAKE,j THE EXPIRATION DATE THEREOF, NOTICE WILL BE 13ELNERED IN 400 WEST GOWE ACCORDANCE WITH THE POLICY PROVISIONS. KENT WA 98032 _.�. AVTMORIaEO pBYREAa,NfAT _ 0 9988 Oft ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD i POLICY NUMBER:GL09830389 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED v OWNERSy LESSEES OR CONTRACTORS w SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following, COMMERCIAL GENERAL LIABILITY COVERAGE PART Name Of Addit anal Insured Persons) _...,.....—.__._.,.�'P�d$unlx�4toS1t47........� . ...._.—. —4�Q:pvitlPSI�G:�.f�4Ye.Ce�'R&L9�al. �_._._a..�. Any person or organization to whom or to which Any location where you have agreed, through ' you are required to provide additional insured ritten contract, agreement of permit, to status In a written contract or written agreement provide additional insured coverage, except xcept where such contract or agreement Is here such contract or agreement is prohibited by law.. prohibited by law. nfoT-Met required to complete this'Schedule If not shown above,will be shown in the Declarations, A.Section II -Who Is An Insured is amended to B. With respect to the insurance afforded to these Include as an additional insured the persarl additional Insureds, the following additional or organfzationts) shown In the Schedule, but exclusions apply: Only with respect to liability Tor"bodily Injury", This Insurance does not apply to"bodily injury" property damage"or"persehaf and advertising or"property damage"occurring after: injury"caused, in whale or In part, by;. 1. Your acts or omissions;or 1, All work, IncludInq materials, parts or equipment furnished In connection with 2. The acts oromeslons of those acting on such work, on the project (other than your behalf; service, maintenance or repairs) to be In the performance of your ongoing operations }�erfo'rmed by or on behalf of the additlorlal suredys)for the additional In at the location(s) 08 raTl(aj at the IOcallan of the covered designated above, operations has been completed;or However: 2. That portion of "your work" out of which the 1. 'Tea insurance afforded to such additional Injury or damage arises has been put to li Insured only applies Ca the extent permitted intended than any person or organizationactor od3aar than another contractor or by law;.and subcontractor engaged in performing If coverage provided to the additional insured is operations for a principal as a part of the required by a contract or agreement,the Insurance same project, afforded to such additional insured Mil not be broader than that which you are required by the contract or agreement to provide for such addltlonat insured. I Miscellaneous Attachment:M503337 Certificate m: 14370484 I I C. With respect to the Insurance afforded to these 2, Available under the applicable Limits of additional Insureds, the following Is added to Insurance shown In the Declarations; Sectlon III-Limits Of Insurance: whichever Is less. If coverage provided to the additonal Insured Is This endorsement shell not increase the required by a contract or agreement, the most applicable Limits of Insurance shown in the we wfll pay on behalf of the additional Insured Is Declarations the amount of insurance: 1. Required by the contract or agreement;or Miscellaneous Attacb menh.M303337 Certificate ID: 14370484 POLICY NUMBER: GLO 9830389 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, DESIGNATED CONSTRUCTION PROJECT(S) GENERAL.AGGREGATE LIMIT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: THE GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER,A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM, A.For 0 sums which the Insured becomes legally obligated to pay as damages caused by"occurrences" under COVERAGE;A(SECTION I),and for all medical expenses caused by accidents under COVERAGE C(SECTION I ),which can be attributed only to ongoing operations at a single designated construction project shown In the Schedule above: 1.A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown In the Declarations, 2. The Designated Construction Project General Aggregate Limit is the most we w0l pay for the sum or all damages under COVERAGE A,except damages because of"bodily,injury"or"property damage"Included In the "products-completed operations hazard",and for medical expenses under COVERAGE C regardless of the number of a. Insureds; b. Claims made cr"sults"brought; or c. Persons or organizations making claims or bringing"suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project.Such payments shall not reduce the General Aggregate Limit shown In the Declarations nor shall they reduce any other Designated Constructon Project General Aggregate Limit for any other designated construction project shown In the Schedule above. 4.The limits shown in the Declarations for Each Occurrence,Fire Damage and Medical Expense continue to apply.However, Instead of being subject to the General Aggregate Limit shown In the Declarations,such limits will be subject to the applicable Designated Construction Project General Aggregate Limit, Miscellaneous Attachment:M463790 Certificate ID: 14370484 B. For all some Which the Insured becomes legally obligated to pay as damages caused by"occurrences" under COVERAGE A(SECTION I) and for all medical expenses caused by accidents under COVERAGE C(SECTION I),which cannot be attributed only to ongoing operations at a single designated construction project shown In the Schedule above: 1,Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products- Completed Operations Aggregate Limit,whichever Is applicable,and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C.When coverage for liability arising out of the 'products-completed operations hazard'Is provided,any payments for damages because of"'bodily injury"or 'property damage"Included In the'products- completed operations hazard"will reduce the Products-Completed Operations Aggregate L mli, and nut reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D.tf the applicable designated construction project has been abandoned,delayed,or abandoned and then restarted, or if the authorized contracting parties deviate from plans„blueprints,designs, speciheations or timetables,the project will still be deemed to be the same construction protect. E. The provisions of(SECTION It)-Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. CG 25 03 05 09 ® Insurance Services office,Inc.,2008 j I, Miscellaneous Attachment M463790 Certificate U 14370484 POLICY NUMBER: BAP 9820390 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIIABILITY 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 Farm. 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:See attached Cartlflcate .grIdorsompat Effectfvjt 1XIaole SCHEDULE [Narre of Persons) or Organization(s)1 Any person or organization to whom or which you are j uired to provide additional Insured status In a written contract or written agreement executed r to the loss, except where such contract or agreement Is prohibited by law. rmatlon required to complete this Schedule, If not shown above, will be shown In thelarations. 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 on"Insured" under the Who Is An Insured provision contained In Paragraph A,1 of Section II . Covered Autos Llabllity Coverage In the Business Auto and Meter Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Forts Miscellaneous Attachment:M503359 Cm t flcate ID: 14370484 CA CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1