HomeMy WebLinkAboutWTR2702210 (3) W-2210 Highlands 565 Tank Interior Painting-design/planning
r �
BEGINNING
OF FILE
FILE TITLE
W - a2�a
CUA0,
APJ-A
o.�oE'2 565
L J
4
1
APPROOED BY
CITY COUNCIL
Date
UTILITIFS COMMITI EE
COMMITTEE REPOR I
APRIL 24, 1995
CONSULTANT AGREEMENT FOR ENGINEERING SERVICES FOR THE 565 ZONE RESERVOIR
INTERIOR RECOA71NG PROIECT ' x
(Referred 4/17"
The Utilities Committee recommends concurrence in the Planning/Building/Public Works Department's
recommendation that the Council authorize the Mayor and City Clerk to execute a consultant Agreement
with CH2M Hill in the amount of$53.181 for engineering services associated with recoxting the interior of
the 565 Zone Reservoir.
Toni Nelson, Chair
Bob Edwards,Member .
MLCOMM.INIC l
t
u ann Olen
rr,Hom-0r
Tam MJrh—
t
f
Y
d
i
r"
1W r+x arMwr
CITY OF RFNTON COUNCH AGENDA All l
.� Al A':
W-Wauaa Da. Planning,Buddingilsublic Works Fin Anew N
oewnN.ren.N.. Utility Sysm=/Water Utility Aril 17, 1995
sun aw.[,__.. Lys Hornsby Aae,N.sum.
Tom Mal hrns,x+.m Cmuem X
Sahy , NNW Itnmy
Consultant agreement for engineering services associated wk." cnrnspnge,¢e.
recoating the interior of the 565 zone reservoir tank. rhtllmrce
Rewlu,xn
ON Buuma_
ExMMW, Ner Flume,
Engineering Annual Consultant Agreement swy ses„rm.
INomeam
pa,xnmeNN Acnu„'. Aqu,rv.l.
Refer to Utilities Committee Lepl Ixry.
F',..,o"
(Rler
F: KWIWM ReWLnsl . S 53,I8i.00 rr.nckVA.WM .
S 53.181.00 Re.,.Gemn W,
Tool Pnga,B chat $215,000.00 np SM.TMI ens,[[
Swnm.ry ae A[Mn,' '9
The 565 zone reservoir was constructed in 1961)to serve the upper areas of -he Renton Highlands. The
reservoir is a 3/4 million gallon elevated steel structure and currently is the only reservoir serving the 565
pressure zone.
The exterior of the reservoir was repainted in 1978, however the interior of the reservoir still contains the +
original coating. An engineering inspection of the interior of the reservoir was performed in 1985 and
found corrosion was developing on the tank in the area of water Fluctuation. The inspection also found
some areas of rust developing around support beams in the ceiling. The inspection resulted in the
recommendation that the interior of the reservoir be mcoated w:thin 5 to 7 years.
The Water Utility wishes to enter into an agreement with C112M Hill to provide engineering services for the
recoating of the 565 zone reservoir. CH2M Hill was selected from the pre-approved annual consultant `
contract list because of their expertise in corrosion control and knowledge of storage tank linings.
In addition to engineering services associated with recoating the interior of the reservoir, this agreement
includes the design of structural modifications to the reservoir's ladder system in order to provide Safer
access to the reservoir for City maintenance personnel.
The agreement is for the amount of S53.181.00. Funding for the agreement is available in the 401 account
under line item 565 reservoir recmat. The construction portion of this project, not covered under this
Agreement, is expected to cost in the range of SWO0(1.00 to $170.000.00. The upper end of this range
accounts for the possibility of lead paint disposal costs should the original coaling prove to contain lead.
S.O Rw,u„n ,n,n
It is the recommendation of the Planning/Budding/Public Works Department that the City Council authorize the
I
Mayor and City Clerk to execute this agreement in the amount of$53,181.00 with CH2M Hill.
H-DOCS"."u.I m"
1
3
Y
rp ��
It y� J
1 kk EYw
Ft
y, P.
CITY OF RENTON
PLANNINGIBUILDING/PUBLIC WORKS
MEMORANDUM
DATE: April 5, 1995
TO Randy Corman,Chair �g
Members of Utilities Committee
VIA: Mayor Earl Clymer
FROM: Gregg Zimmerman. Administrator (�
Planning/BuildinglPublic Works Department
STAFF CONTACT: Lys Hornsby
SUBJECT: CONSULTANT AGREEMENT
50 ZONE RESERVOIR INTERIOR RECOA'r
-4
ISSUE:
The interior of the 565 zone reservoir is in need of recoettng. The Water Utility wants to enter
into a contract with CH2M Hill to provide engineering services for the recoating of the interior of
the 565 zone reservoir.
RECOMMENDATION:
It is the recommendation of the Planning/Building/Public Works Department that the City Council
authorize the Mayor and City Clerk to execute this agreement in the amount of $53,181 with
CH2M Hill.
BACKGROUND SUMMARY:
The 565 zone reservoir was constructed in 1960 to serve homes and businesses heated in the
higher elevations of the Renton Highlands. The reservoir is a 3;4 million gallon elevated steel
structure and currently is the only reservoir serving the 565 zone.
A 1985 engineering inspection report recommended that the interior of the reservoir be recruited
within 5 to 7 years. The City Water Utility believes that proper maintenance of its facilities will
lead to long tens savings for the citizens of Renton. The interior coating of the reservoir is the
original coating and has performed Well for the 35 years that the reservoir has been in service.
However, the 1985 inspection revealed corrosion on the tank wall in the area of water Fluctuation
and rust around support beams in the ceiling.
The eueriur surface of the reservoir Was repainted in 1978 and appears to he in good condition.
Any areas of the exterior coating that:re found damaged will be muched-up as pun of this project.
s
s
a
Yr"
L�
liry� q,
S
1M
Randy Corman, Chair/Members of Utilities Committee
565 Zone Reservoir Interior Recoat
Page 2
i
In addition.o services associated with recoating the reservoir, this agreement includes the design
of structural modifications to the reservoir's exterior access and ladder system in order to provide
safer access to the reservoir for maintenance personnel.
Tasks listed in this agreement include*
. Predmign services including snuctural inspection and determination of chemical make up of
the current interior coating to determine the hazardous waste classification for disposal.
. Design services including plans and specifications for interior recruiting work, structural
modifications to the ladder system and touch up of the exterior coating.
i . Bid period services including response to technical questions and preparation of any required
addenda.
I
. Consultation during construction including reviewing of submittals and periodic inspection
during construction.
Funding for this agreement is available in the a01 account under line item 565 reservoir most.
Available funding for 1995 under this line item is $215.000, The cominiction portion of this
project, not covered under this agreement, is expected to cost in the range of S90,000 to +
$160,000. The upper end of this range accounts for the possibility of lead paint disposal costs
should the original coating prove to contain lead.
m:nOCS:95-391.ft1M:M
I
�s.
,,•tea"'•�_ �.........
M1
"'.Y-�.YMIr':,,.'f!"'4 M1�.:.....r::rir�.�.•�tV��MY'.Ywl:a'LY1vNf'_"rI+'+W.MIfnY' .rn.::.-.... . ., ...,•,tax
�5 EC L4 42 Pt CH2M HILL SEATTLE FAX NO. 206462595� la.ji�' P:01
DATE:-July 12 1999
CW HILL
FA)f TRANSMITTAL FORM
FOR IMMLDIAtE DELIVERY
FAX OPERATOR:
TIME SENT: —AM _PM
TO: Tom Malphrus OFFICE:
FIRM NAME: City of Renton
CITY: STATE: COUNTRY:
Fax Phone Number: 235-2541 Verification Friona,Number. 277.4415
Total number of Pages.including this page: 4 Return odgiru l7: *YES NO
From: Jerry Duppong Office: SEA Employee No.: 1466
IF YOU DO NOT RECEIVE ALL OF THE PAGES OR THE TRANSMISSION IS UNCLEAR.PLEASE
CONTACT YOUR FAX OPERATOR.
REMARKS:
Tom: Attached is a copy of the Contract Agreement with modifications to item No.5 that includes the
Design Engineer(I will change"Design Engineer"to"Design Consultant"to be consistent with the
Standard Specifications). Will ynu run the wording of this iicm 5 by the appropriate City personnel to If ,
see if it is acceptable? As we talked about yesterday,we also need to use insurance Endorsement for I
that includes CH2M BILL as additional insured,similar to the Talbot Hill pipeline documents. '
;. Please let me know if you have any questions. I will be in the office all day tomorrow.
._ Thanks'
. 1
I
y
1
Date Fax Received. -_ �____ Tlim: _. -AM_PM
SEATTLE OFFICE
CHIM HILL Voicr. 206/d63-5000 FAX: 2061462.5957
�Iv1Y FYr
1
•w
sn y
Y - t
r
x
4
X.
t�
CITY OF RENTON
PLANNING/BUILDING/PUBLIC WORKS
MEMORANDUM
DATE: July 13. 1995
TO: Larry Warren
YL
' FROM. Tom Malphrus
SUBJECT: Contract Agreement,Change In Wording
'1 Enclosed, please find two copies of The City of Renton's CONTRACT AGREEMENT
' (CONTRACTS OTHER THAN FEDERAL-AI) FHWA). One copy, marked ORIGINAL, is in
original wording. The other copy, marked REVISED, includes some wording changes as
requested by our design consultant CH2M Hill. The wording changes are found in section M5 and ,
have been highlighted.
Please review the changes and inform me if we can accept these changes as proposed by our
consultant.
If you need to contact me, I can be reached at 271 4413.
Thank yod. 'i'
a
H:D005:95-615:THM:ps
Eocloaure
• CC: Lys Hornsby 4,
I
a
:r
a, t
j
a
r
CITY OF RENTON
1 HUMAN RESOURCES& RISK MANAGEMENT
DEPARTMENT
1
MEMORANDUM
-- I
DATE. March 23, 1995
TO Ron Olsen
FROM. Beverly Nelson Glode (0�
SUBJECT Standard Insurance Agreetnent for CH2M Hill
I have reviewed the February 27, 1995 letter from CH2M Hill and the attached insurance
documens The documents satisfy the City's risk meoagament requiremenr;
9;
m a'�
J i
{e V
W �
� t
�Y
l �
tiA
tvt�"
4
^r,
4
l �
�A t
P
Y.
t
I
.3
Engineers
PkYYters
Ecorkynists
Scientists
February 27, 1995
NPW000210.99.48
Mr. Ron Olsen, Interim Utility Systems Director
CITY OF RENTON
Public Works Department
Municipal Building
200 Mill Avenue South
Renton, Washington 98055
Dear Mr.Olsen:
Subject: Citv of Renton Standard Consultant Agreement - Insurance
i- Requirements
1 am pleased that our respective "experts" were able to talk. Find attached the C ity's
Insurance Information Form. Several of the items on the form have been noted as being
approved as to variance by Ms. McCoy of Arthur J. Gallager& Co. It is my
understanding that Ms. McCoy will be sending you a confirmation of these variances.
tF4 Also find attached CH2M HILL's policy declarations for our general liability policy We
will forward you certificates of insurance for the discrete projects.
$., Thank you for your cooperation. Call me if you have any questions.
sincerely,
CH2M HILL, INC.
I t
David J. Bledsoe /
NPW Staff Manager
Enclosures
r v?
ter, t
SatrnM,?Ina y.••Arenn.,V lWNnvue WA4%YW511N 1fb 453-5000
�.vXI Nerlk!vw WA FaaW 11b 46M?
- j
x i
\1:
Ya
F ..
_ SENT By 2-27-95 1:32PN :J & M DOM 6933465- .....,�..206 462 S9573 2e 9 ..._
FIp1:012M rslu.-SER TO; 3925 In T{ 1995 9:NM AA P.tQ
CITY OF RUNVIN INRURANCF,IMPOMMAYTUN FORM
FOR: CB2M MILL, 1K.
PROJRCI NQMRRII: Various _ffA/I:CONTACT`OavA a"mente --
Cmsl'K.¢of Inturonre gdu•Ke{tlA<a•crµcJlxmu
sIw<ingl kwxnnJ l�Va. O No
Art the hdh...mt cover.tU PhOic,eond:liou o efflol U Yo. a"t«
7hc Ceinnserelal OMsbW Liability Ieduy Inner.,a.
I8O on O ccwrenu funs,w L"'Vplwn, O Yae =Ne AA 190 19t4 at
Of to Wwh a wpy oil the polKy weh leyoned cpvnxter I4Ytialpnt
tkarly Idonlified)
COOWI AmcndYwy Padbwrnal leovtwd'r• UYe. 9KNI-4
GeMral AtlrCtllcpn.vidN.or.11"p<:Ixolttt Lwlt(:G75D))7• m(Vu ❑ No
Additlwul Iumoo.udinf rwrid.T• ® Yes 11 No
CoVeralle ern.relmry pull and npntgnubudnt LurJ• m Yes U a0
Wal.crof SYbrquerOCleuaapplW7• (/ Yes U Ko
S.vanblyy of lgerul Ciliates(Q.Liability)aprlfwT d Yes U No
Nwrcc of CuwIIMaIJNbs Nblewdamcoded so el Nys7• 01 Yes U No
•T b.mho"wee.rr/kwe fNis-uxec taueph'J.NII. leten by CMIM HILL love
b<rn •crewed by Prcaetlt. He Coy of
AM nESr'SM'rING FOIICARRMRc Arthur J. Gallater A Co,
GL IM %l_ All, W Y1— V AM tY PlpfeJigMl At It
._ ._ In6.
IIW QYmlpnnen<13 IplNd w a IrWltl Of Infergglbl. Ill{�Y411p.W.e O ryq YI hl{wYKL rplKr Ord d0w npl
elnod celead w .brr tM eevatMa aRordN by do pWletw Irldlealed m the macbtd CERTIFICATE ON
QJSURANCE. 11e C11'Y OF RE141 N.M IR orllnq shell obtain<npiaa li 1he rolKlm M&W apol dcclYYton
pop,rROM warded bidder peke we eucgial of ttnbats.
Jphn.on L dl9gan. of Colorado, Inc. norethy A. tt.pana. ARM
AtWaM7th I C BY OYpw Mnt lL .950 1JtA aV.. Suite 385O
AdMen Denver, CO ROlOJ C .d
Do:oUV A. Stewna. Apt (3O3) 571-8350
Nbb..fa.rKxt le WWI ..� TekphWa NWIYY.
1
NOIR. TI NSQuSIJONNA/Jtlt olo"TaACOY/(A'fiD AND AmAl rO C6A rfw-4?f Of'1MSUR<NCf
ALL
t
1 _
tl S01 aI: 1-21-30 b:02" :J a n OLNvtK bwJ40n- too 40Z 1301.8 ::LJ
"Mass,
DECLARATIONS
4?t .
C
GENERAL LIABILITY IN EXCESS OF SELF INSURED RETENTION
POLICY NONBERt SIA F 49 71 »
i
Insurance is provided by the Stock Company designated by •X^ and hersinafter'
palled the Company
The Hose Insurance Company X The Home 1m4jkW,ity Company
Manchester, N.H. Manchester, N.H.
NAMED INSURED a ADDRESS PRODUCER a ADDRESS
CH3M Hill Companies, Ltd. Johnson A Higgins of Colorado
P.O. box 72506 950 17th Street, 11�800
Denver, CO 8021I Denver, CO BO2002 '
FORM OF BUSINESS:
Individual Parcnerohip .lolnt venture X Corporation -
NUEINESE DESCRIPTION, Engineering Consultants
LUCRTION Of ALL PRENISRS YOU OWN, RENT OR OCCUPY:
Per Location on Pile With the Company
POLICY PERIOD, rr0e: 4-1-94' to 4.1-IS'
at 12:01 a.m. Standard lime at you mailing address nhoWn about,
IN RR:ORN FOR THE PATNENT OP In PRENIUM, AND SUBJECT TO ALL THE TRRNS OP THIS
POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLTCY.
SELr INSURED RTK:Iam —— —
COVERAGE A. $250.000 per Occurrence
COVERAGE E• $2SO.000 Par Person or Organirat,on
COVERAGE C $250,000 Each Claim
A
i
MD EP $00
r
c
i
it
i
h-•I
SETT BY: 2-21-95 6 53Pk ) & M 7t\%ER 6933365- 2U6 462 5957.2 3/13
MI M]M
LIMxrR oP zMeonArn '
CENCRAL AOt WATM WM1r IOTHER TURN PPnn/COMP OPSI t=.000.000 ►0c Pro)ecr/
LOca ion
i YROOUCZS-OOMPLU'1lD OptRATIONS Mff.RtOATR LIMIT R],000.000
PRRSOMAL A ADVRRTIDINV INJURY LIHAI t 750,000 li
0"PWIEE BENEFITS LTIRILITY LIMIT > 1$0.000
RMPLOYRR RBNBFITS LIAMILl'TY AGCREOATR 93.000.000 '
EACH K RRRNCR LIMIT S TAO,nOn
PIRe MMOA LIKII t 750,000 My une Ftte
ELTA�S2ZY1 DMTB —'— -- —
CVV►NAUR C OF TNTR TNSV Cr O0E5 NOT APPLY W xNPLDYRh UtWITS LIARIL`TV
- NIllal OCCURS WORK I'MM RETROACTIVE nATc, jr ANY, SNONN D¢LON,
RETROACTIVE UAI'R: None
�VUC PREMIUM Apv)L__¢ P¢mr11;
CLASSIPTrATION NO. 54313 Rye PR/CO AIZ. rMNER
Pe. frA"Gite Batt UMt. M37101F
PREMIUM CRONM x/ PATAEYI AT rUMPTIOM.I
ENDUM*Nrjtm Ar[AUBBp W "IR P0CIM.
per FOCI Nimull"Z
it
4
r � 1
F Rr.
1
`1H
} Y t r c ' ! cdn<ar:�PMa tr .•
u..w•pw ty..muei.a
±�u
1 MAD >r iuu
a
A>
CITY OF RENTON
PLANNINGBUILDING/PUBLIC WORKS „F
MEMORANDUM
I
DATE: October 15, 1996
TO: Beverly Nelson Got
FROM: Ron Olsen 11.E is
STAFF CONTACT Tom Ma!phrus
t1 SUBJECT: CBI•NaCon Ioaumace r s
We need to enter into a contract with CBI-NaCon for inspection services at our Highlands Eleva.ed
Reservoir. CBI-NaCon designed and built the reservoir. We need their analysis of its present
condition before we cnn proceed with maoating the interior. The reservoir is out of service and
needs to go back into service as sown n possible. It is important that we have the resenoir inspected
immediately.
ai
CBI-NaCon has provided us with the enclosed insurance certificate(original is in the mail). Please
approve the certificate as per risk management requirements.
11:1100:91168 TRW"
r
R
M
-TY r
t
n .Im
dew
s�Y
r
t
b.
t
�4
{a
CITY OF RENTON
PLANNINGBUILDINGIPUBLIC WORKS
MEMORANDUM
DATE: September 4, 1996 -
TO: Lam Warren
FROM: Tom Malphrus I
SUBJECT: Contract with Chicago Bridge A Iron
While sandblasting the inside of the Highlands Elevated Reservoir,our contractor has uncovered
areas of heavy corrosion on the reservoir walls. In some areas it appears the corrosion extends half-
way through the steel plating on the walls. We are concerned that the structural strength of the
� reservoir may be diminished. Given this unforeseen development,we need to determine,in quick j
manner,whether the corrosion damaged steel plating needs to be repaired. i
f
We want the constructors of the reservoir,Chicago Bridge R Iron.to inspect the reservoir and
provide us with an analyses of the structural integrity of the main voir walls. Chicago Bridge R Iron
has provided us with the enclosed contract. I have asked them to amend the Scope of Work to
include a visit to the reservoir to inspect the corrosion damage. i.n.
Please review the contract as per legal form. If you have any questions,please contact me at x-4413.
MEW.M)Tl
i
i
j�
TF'
tY
'F
µ
}
.r
i
t
�f7
I
CITY OF RENTON .Y
PLANNING/BUILDING/PUBLIC WORKS
MEMORANDUM
I
DATE: October 2.19%
TO: Larry Warren
w
FROM, "I'om Malphrus(a-0013)
SUBJECT: Contract with CBI-NaC"for laapectioa Servieea
at the Highlaada Elevated Reservoir
Regarding your memo dated September 30. 19%,in which you comment on CRI•NaCoo's proposed
contract.I talked to John Julian at CHI and he addressed,your concems as follows:
• Under Taxes,page 3,the reference to Wisconsin is a mistake and will he changed to
Washington.
• Section O,of form NAC 115.applies to this"tract only in that it addresses control of
hazardous conditions that may be present during inspection. References to construction do not
apply to this contact.
r
I've modified wording in the PROPOSAL,CLARIFICATION&SCHEDULE section of the
contract and changed the SCOPE OF WORK section to make it more specific to our project. CHI-
NaCon has agreed to these changes. Do you need to review these changes?
MI.Mn IM,
i
I
1
a;,
CITY OF RENTON
Office of the City Attorney
AMLaweaaee J.Wat110111
MEMORANDUM
"10: TbmMalphrus UI\•' l6
From: Lawrence 1. Warren,City Attorney 1 �F p 1 01996
Date: September9. 1906 t �,LNION
Subject: Contract with Chicago Bridge&Iron ;,;,t., L-a..
I have reviewed the agreement and have several problems with it:
1. Paragraph 7.0 is intended to waive any responsibility that Chicago Bridge and Iron might
have to the City for its work product. This approach is umacceptablc to the City. We
would not necessarily hire this company if we had the expertise on staff to make these
judgments. Therefore, it is inappropriate for the contract section to indicate that the City
would satisfy itself as to the adequacy and accuracy of any information provided by CBI
and take full and complete responsibility for the City's decision to use any of the
information provided by CBI.
2. Paragraph 8.0 attempts to shift to the City the responsibility of compliance with all laws,
rules and regulations. To the extent we intend to utilize any information provided to us by
CBI,then the City should he responsible for compliance with laws,rules and regulations for
the construction of any structure or improvement based upon CBI recommendations.
3. 1 we no insurance requirements. Unless you can get a waiver of the insurance requirements
from Risk Managemetu, I believe it is necessary for CBI to provide the Citv with general
liability and professional liability insurance.
u�
uvatarae J.Wuim
IJW:as.
cc: Jay Cevingion
A8:125.47.
Post Office Box 626- 10)S.2nd Street-Renton,Washington 98057-(2%)255-8678
®+�.oto.eoxw ra•.werera�.wr.ro+,oe.,eeww.,
p! a
ri Z4r e
i
r
r
A
CITV OF RENTON
PLANNING/BUILDING/PUBLIC WORKS
MEMORANDUM
K
., DATE: September 26, 19%
TO: Irm Warren N
FROM: Tom Malphrus(277.4413)
SUBJECT: Contract with Chicago Bridge%Iron for inspection services at the
Highlands Elevated Reservoir
We wait Chicago Bridge & Iron to inspect the corrosion damage to our reservoir, analyze the 1
structural integrit%y of the reservoir, and recommend repairs to the reservoir, if repairs are deemed
necessary. Upon initial n- aw of CBI's Services Agreement.we decided to have C142M Hill hire
CBI as a sub consultan,. ead of attempting to hire CBI directly. Apparently CBI and CH2M Hill
are Trot able to agree on contract language. C'H2M Hill will not be hiring CBI as a sub consultant.
Our system for supplying water it,the Highlands 565 Zone while the reservoir is out of service was
nol intended to operate for more than a couple of months. The system is beginning to experience
fatigue. We need to get the reservoir into service as soon as we possibly can.
To date,efforts to find another engineering firm capable and willing to analyze the corrosion damage
to the reservoir have been unsuccessful. We want to enter directly into a contract with CBI.
I
1 have sent CBI a list of your concerns to the original Services Agreement that they sent us. They
have responded with the attached contract. I will ask them to make the SCOPE OF WORK,
CLARIFICATION and SCHEDULE portion of the contract less vagoe and more specific to our
concern with the corrosion damage to the reservoir.
Please check the contract for legal form and provide me with a list of any issues that we need to
address before we enter into this contract.
'J
Y
Y
CC: Ruo(asrn
Lys""May
Yh ,
1 -► CITY OF RENTON
`L Office of the City Attorney
Earl Clymer, Mayor Iarr vJ•Wa
MEMORANDUM n
r�
To: Tom Malphrus
From: Lawrence 1.Warren,City Attorney
Date: July 14, 1995
Subject: Revision to Contract Agreement (Contracts Other Than Federal-Aid
FHWA)
The changes to the above-referenced agreement are approved as to legal form.
LJW as.
? cc Mayor Earl Clymer /
Jay Covington
All 115.23.
L'
,r
Post Office Box 626- 100 S 2nd Street-Renton,Washington 98057-(206)?55-8678
yr - ma rua cwrun s.wrn.m wrauu-is w..cvreur®
�. na
x
A
A001t11. CERTIFICATE OF INSURANCE p L g oamt�ree"
PPOa THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
JOHNSONBHIGGWS OF COLORADO,INC. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE
9501TTH STREET,SUITE 1B50 DOES NOTAMENO,FJRENO OR ALTER THE COVERAGE THIS
BY THE
POLICIES BELOW.
DENVER COLORADO B0202
IL COMPANIES AFFORDING COVERAGE
ATTN: PATRICVI FRAHM -
15114 00012 SEA2M SEA mm A ZURICH R ISURANCE COMPANY
R�
' CH2R1 HILL,INC. LETTER
777106TH AVENUE NE GNOMIC` C
BELLEVUE,WA 96004-5118 MEYER —
D
LETTBt
COMPANY E
MITT AN
C.OYk.IHYaB.
THIS It)CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN WILED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTNITHSTANOINO ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT KITH RESPECT TO WHICH THIN
CERTIFICATE MAY BE ISSUED OR FAy PEAT".THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREBI IS SUBJEC}TO ALL THE TEAMS.EXCLUSIONS AND CONOIfgNBOFBLICH POLICES.LIMITS SHOWN INY RAYE BE EN REDUCED BY PAID CLAOM. _
001 I. 1MpNIMXWq NOUL7MAM[N 'Y,TN�E IPn1CY
Er.MLMR.IMIY oLa®MLAOORLOF,,E { zomaao
A x OWBIERCHIOEAEMLuW1Y aBL11065805 OIA)tIBS OIA1N6 hR4GA:IBODVgPA00. i 2,000,000
CIAAN AMCErOIxAp FYAY•MIAt AADW.N11gY { 750,000
aNrcRe•mHTRADTORSNOT BAtMGCstBEE • 760.000
% B2B0.000 ERR_ .AREdIMOE . • 7501000
'MFD EIPENNPIEPI{FOLF {
A " tB11B IJAWW
AMO BAU053S E I.OAN195 04,01% UNIT IBRELB { 1,000.000
I A,aaw®wins —
slatallLm'W� IRAU00.3008 ITJO 04MM5 IOlNtNB 11 .rPlNN
INIPg)Alltp
NIJNHMNEpw1p8 �Ar wIBN • '
FPFIFNO
GAALDE urAJrr
FRDPNITYOYFRIOE {
BNIaMLY•MTY
I MABIFItIA Fang EACHOKARBIfNLE {
oMRtlwiuMPFLuroM
AJPMawTE {
MOMUR'FCOWINMHON aTAMOIYIAFIa
AND UU'IKdOl1} {
lYHOYFNK IYNUW �BAt'rM.YMB{
ORNN OBWF-FI[.�1 {
SPROJETNNn�PYIM: HIGHLANDS
AE{yPDMLIWY• PROJECT N0. NPNLlA,01; PROJECT RAVAGER: JERRY DUPPOIG/SEA
PROJECT DESCR V11gR: MIGNLAMDS WATER TANK REPAINTING PROJECT, CERTIFICATE HOLDER H NEG AS ADD111GIAL INSURED AS THEIR INTEREST
My APPEAR AS RESPECTS AUTpFDBILE LIABILITY AND AS PER BLANKET ENDORSEMENT TO THE GENERAL LIABILITY POLICY,
COM'FIC ttE HOLDER CANCELLATgN
SHOULD ANY OF THE ABOVE UESCRIBFD POLICIES BE CANCELLED BEFORE THE
CITY OF RENTON EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
ATTN TOM MALPHRUS MAIL_30 _DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
WATER UTILITY DEPARTMENT LEFT.BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
PUBLIC WORKS DEPARTMENT LIABILITY OF D UPON THE COMPANY.ITS AGENTS OR REPRESENTATNES.
200 MILL AVENUE SOUTH
RENTON WA 98055 1
F ABDIIDBFB RfaO) �/ \ BACWib biSMbM71GN 1M0 F
J
��%������• CERTIFICATE OF INSURANCE MAYFURAHWD
NawJcu r'I 04/0195
THIS CERTI:ICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
VAN GILDER INSURANCE CORPORATION CONFERS AMEND1T3 UPON THE CERTIFICATE MOLDER.THIS CERTIFICATE
700 BROADWAY,SUITE 1000 DOES NOT AMEND,E%TENO OR ALTER THE COVE R110E AFFORDEO SY THE
DENVER.COLORADO 80203 POLICIES BELOW
COMPANIES AFFORDING COVERAGE
1.�14-00005 SEA SEA _._.. SECURITY INSURANCE CO OF HARTFORD
CH2M MILL,INC. LLmu 8
777 TOOTH AVENUE NE COMPANY`. —
BELLEVUE,WA 9800R.5118 LEYIER
IFFiEM
i Ienen E
C�RN10E8
THIS M TO CERTIFY THAT THE POLICIES OF INSURANCF LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY pEF G, /
NFDCATEO.NOTWDH$TANDINO AHY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TINS
CERTIFCATE MAY BE ISBUED O MAY PERTAM,THE INSURAOE AFFORDED By THE Pq,C1EB pESCRBEO HEREIN R SUBJECT ib ALL THE TERRER
CROLIONTI BgNS AND BE W MIN9 R BUCN POLICIES.LIMITS SHOWN MAv HAVE BEEN REDUCED BY P_ND IXAIM$__
All YIIMM� FOMCYMMM61 �FRFKYRH[CTMl�MgCYRYIMIgN
MtNtYLMARNIN OUR FIIM'TONYI RAW IWAgM91 IKMH
DOLMMNNyL RENE"L LIARMrY OEFSWLAOOROAIE t
QMO WDEOpq;LyL {-�GDIIDIM4OI��OPAR6 F
GAMLRRRgNI1RN•TgFRFIDT oE160IFKlADV RAAM' i
F/iCNOpgRE61DE t
FNE pAYMJE MFOIMNB t -..—_. —
' YIR1YyM{IMYNY i tlEQ.WBQ F __ ___
AnrAWTQ iUNIT
t
AuawAEDAWRIB
MEDg11fb
SG5DAUTa Au+ae
' ��PF=m {
—NCNSWEOAUIQp -_'
uAPwoE LWwJry �n.rrFMR t
NIMNItt IJARNFn iARDPEMnoAtN�DE A
WAMIfuAwRA `FAO104>NNILYpZ
t
ORER tHAN DYRR,yJAFyy 'AOtiPE011E t
MRIR1KIYt COrRyRATpM
A110 6TATIIIOINLYA
WROIRMR`LyRyry I EA61A�R i
A COMMON OBFA9E-PMa.Y1r^ A
CBEAtE-EA(II EAFgJTFR? t
PROFESSIONAL Bi+LT00113
LIABILITY• DUD1w OANIRG $1 DODODOEACHC.ABAAMO
IN THE AGGREGI TE
PROJECT DESCR IPiIDI:
PROw� SCRIP YIMCLLLtPen4 N[Mt PROJECT NO- MHM14.01; PROJECT MANAGER: JERRY HIGHLANDS "TER TANK REPAINTING PROJECT, DwMMWgA
PERIOD FOR ALL OPERATIONS OF THE IMS"ED
'FOR PROFESSIONAL LIAEILITr COVERAGE, THE AGGR, 'VE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRCSENTED WITHIN THE POLICY
CMT D, ,T
. THE LIMIT MILL RE REDUCED BY PAYNENTS OF INDEMNITY AMC Ey,N%.
MCATE IRDL/DiR
CANCELlAT1ON�—"—
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES RE CANCELLED BEFORE THE
CITY OF RENTON EHPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
ATTN TOM
WATER UTILITY DEPARTMENT EFL,B�FAILURE TO NAILOTICETOTHE
SUCH NOTICECGRALL WTPOSE NO OB MNNEDPUBLICTHNF OR
200 MILL AVENUE WORKS MENT SOUTH
LIABILITY UPON}NE COMPANY.ITS AGENT g pp�REPRESENTATNE3.
RENTON WA 98055
ACORO2&S(7,RO j
' MA D COHPTDRATION 1R9p
J
J
a/allill. CERTIFICATE OF INSURANCE 2005 uNf�03oB95
PAPPPPER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
JOHNSON 6 HIGGIN$OF COLORA00,INC. CONFERS NO RIDHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE
9601TTH STREET,SUITE 1850 DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
DENVER COLORADO 80202 —
COMPANIES AFFORDING COVEPAW
ATTN: PATRICIA FRAHM --- --- -----
16114O0D12 SEA21M SEA aFY A HOME INDEMNITY COMPANY
E EP
CM2M HILL,INC.
777 101TH AVENUE NE
BELLEVUE,WA 96004-51IS ---- --._ __
coAf•Mn O - --
LETIER
mNrAN. E
LETTEP
COYERAOp
THIS IS TO CERTIFY THAT THE POLNOIES Of INSURANCE I ISTED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PODGY PERHM
INDICATED.NOTWfIN3TANDINO ANY REOUIREAIEW.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED:iY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TNB TERRI
EXOLU910N3 NJO OONDRW_N_,9.OF_B_UCH POLICIES UMITS BROWN MAY HAVE BEEN REDUCED By PAJD CLAIMS.
TN Wg0IRR11MN0E FOIKYMIYNII KIICY ElIfCiM FpAV E1PNMTp11
PATE %NAR OmT YR MAW WYYI LNNIN
EMNIYI LENIMR
DM6YLAOW®ME E 2,000,000
A X LMIBfAGILOB6MLLWRITY SIRFRB7132 p,1,p1yR '04101l05 INIOEIICAOOLIDA]PAOB t 2.0mm
GAMMNE�,O¢UR FgBONMLAAO/RAARIY B 760.000
2BD�000
OtRA.ODD WNIRICIOR®wOT MRGWDGGANbK( R M.OW X R
MI[01AM0R airM i 760.000
A�MIIpYpBRR1YRYN NmBSEN®E wIFIrFm t
BAF718632(AL1) 0A/Ot?94 01IOt115eNALL t — 1,000.000
1MLOWNINCI BBpppp��Y RiAI1I
SCHEDULED AUTOS BAFR337R5(TEXAS) OAAOIIBA 104101M5 FNltWMIN .t
NEE?wTOR RppA
NaNOANmwTDs — M1AveINNE B
DNWBE LPBfI1Y -
I1091fYGMMGE R
',OLiMLIRRNIIf
. UAMEUA FpB1 E1A,IEDGIINABN'JE B
OTHER,TIYN IMBREl1AFORM AB01lpAlE R
', wPMmES GsrBMATMN nATUmBFum
ANN - BAOIAC(i91T t
BRPRM'LIRRyTf OBMEFOIC UNIT R
OINIIN a1ME.iAC1IEMgEME t
RftrallTloN ALTERS DROJE[i M0. MD1A1A.D1; PROJECT IMNAGER: JERRY DUPPpG/SEA PROJECT DESCRIPTION: HIGHLANDS HATER TANK REPAINTING PROJECT. CERTIFICATE HOLDER MANED AS ADDITIONAL INSURED AS THEIR INTEREST
NAY APPEAR AS RESPECTS AUTOMOBILE LIABILITY AND AS PER BLANKET ENDORSEMENT NO. NLCH0050 TO THE GENERAL LIABILITY POLICY.
CERTB9CATE IN1LpME CANCEt1ATgN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF RENTON EAPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
ATYN TOM MALPHRUS MAIL 30 DAYS W RIT N NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
WATER UTILITY DEPARTMENT LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
PUBLIC WORKS DEPARTMENT LABILITY OF ANY UPON THE COMPANY,ITS PRESENTATNES
200 MILL AVENUE SOUTH
RENTON WA 98055 _
ACORD 2" I -
9ACORD CGTWOMTX>N tRBO
F
A�%�%I:�%• CERTIFICATE OF INSURANCE MMNMRAWDD„
FHHHWf,FA 2 0 0 S 03108/95
THIS I--- CERTl,FICRTE IS ISSUED AS A MATTER OF I MILTI CIONLV AND
HFOR PENINSULA EXCESS INSURANCE BROKERS CONFERS NO RIGHiS UPON THE CERTIFICATE HOLDER ITS$CERTIFICATE PO BOX 1889 DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
MONTEREV,CA 93942 POLICIES BELOW.
COAMAW=AFF011pE10 COVERAGE
151140M SEA SEA �� A DESIGN PROFESSIOFMLS INSURANCE CO.
CH2M HILL.INC.
777108TH AVENUE NE ' C.
BELLEVUE,WA 98000-5118
cGIAPgNr C
LEITBI
CDAPANv E
LET+eP
COVERAOEY
THIS 13 TO CERTIFY THAT THE pMIIE3 OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO 1 HE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED,NOTW ITHSTANDNO ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES CESOMIED HEREIN 19 SUBJECT TO TO WHICH THIS
EXCLUSIONS AND CONDITIOIHB OF SUCH POLICIES.UNITS SHOWN NAV HAVE BEEN REDUCED BY pA1G CLAIMS ALL THE TERMS,._
LA IYRGRWAMM; FpIq IINY♦w FDIJI.I�IBDTLIIB PBMDY®IAATFIN
MINILLwu tn MIB NNIAOD'YYI YTIPNLUW ) UNIONS
_�__MA60ILOBERK LMRTI 'CENER4 M01EDATE E
4IYtMD[�aC{IALOG/CTBC/J1nApADD I
OVIItRB&aNFMC1O1BM0! �PEIO}' MLAAW WIN B --
._ __ EADippGIRfNLi t _
FR>E OIMMGE RMAW B
'ANIBRIBIBLFRBYW LAW DBgE �--
ANYAUa �BN018 B
AILOMlDAl11OB
BCJE0.AEOwTa BLOL
, HBFOwttDB
wNQLwEowmB i bRrBBMT/
D,11WR:lualln -. � BIYRImMIPq B
pILIARNrrY AVPMIrOMM10[ I
LIIpiELiA FOFW EApIOCQIBIBLTE B
OTHERTHV/yMggELLAFD MYSSAE B
RDIMIBIIYf:OFIFBNIAlFON RANION WIB
VACH
AND
EYROYRy'UWBUN B
LAST B
A RM�1 �� DBFMFI/O10Y{pa I
PROFESSIONAL SPL700013 04)(
LIN ILITY' B4F01A1$ $4.000,000 EACH CLAIM AND
IN THE AGGREGATE
Of1CM11OMOf MERMIDMADLAIpyryMyCMMPICYLFIFYE
PROJECT DESCRIPTION: HIGHLANDS WATER LAMX REPAINTING OJECT NO.EROJECT MPWNG.D1; DROJEO RANASER: JERRY DUPPONG/SEA
*FOR PROFESSIONAL LIASILITV COVE,,, THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY
PERIOD FOR ALL OPERATIONS Of THE IMSIIRED. "I LIMIT WILL BE REDUCE' BY PAYMENTS OF INDEMNITY AND EXPENSE.
OERTBRCATR NOLOBR 0%ABILQIATION
SHOULD ANY OF THE ABOVE DESCRIBED POLIIES BE CANCELLED BEFORE THE
CITY OF RENTON EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO
ATTN TOM MALPHRUS MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO TI E
WATER UTILITY DEPARTMENT LEFT, BUT FMWRE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATIOB CR
PUBLIC WORKS DEPARTMENT _ LABILITY OF ANy IOND UPON THE UJNpANV,Rg ADENTS qt gEPRESENTATryEg
200 MILL AVENUE SOUTH AWTIgRTIp RXFHFFxYUTNX
RENTON WA 98055 �. `/-
ACORD=4 /BOG
�ADORD CORpppp 1B$$
ACOIrn. CERTIFICATE OF INSURANCE 0141 wn pMx m
D9l29196
HIOBU,t. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
JOHNSON&HIGGINS OF COLORADO.INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
95O 1TTH STREET,SUITE 1850 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
DENVEZ CO 8=2 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
_ COMPANIES AFFORDNO COVERAGE
ATTN:PATRICIA FRAHM aol�NN
15114-0D012 SEA SEA A ZURICH INSURANCE COMPANY
AIMIA® Oprµl.
CR2M HILL,INC. •
TTT 10BTH AVENUE NE
BELLEVUE.WA 98000-5118 QouNxr
C
Ommm W
D
COVERAGES
THIS IS TO CERTIFY THAI mE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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 0 SUBJECT TO ALL THE TEFIAIRS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMSEFECTIYR .
NBNNwj
I, IYR w"INIM ANKI TINKY xYYIEN KKKYYYrTOM1 MYL1PEmFF1 UWIt
tB!lYI IINYIY OM®YL AONEOAIE I 4000.000
A X OOMYBOALaBIEWl uAREJn GL00378M 04JOlM 04411107 woaA:lB.00vvFm t 2.000,000
OAYRStllO! ❑X 000l1 IBEOIMLRSIO/RYIMY t 760,000
a PRUfRSCONIMCTOIRENOT E/TMOCCIRRSBAZ t 730,000
X 8260,00061R IMRE wE1RaE wEAp t 780.000
ImD7 t
i A COr®�s[un t 1.000.000
ANFAUO BAP8376516(AOS) B40/m 04011S7
AMOIMJDAVIORS TAPS378560(TX) 0411111411 0441197 mTNAINR
SCHEDULED RUMORS SAP8378561(VA) 04101M 0401N7 M1 E
MI®AUMO I MA8379582 (MA) 0401M 01101.7 RSOOA� t
NONONN6ONJIp Bf'E�
1 RIOIlBYMIMO[ t I
RSRRRr IIFBIIMT AMMOTKY-FAAOCCMR t
1 AMNl1D Ol11EIlNW GMIOgLY
MCNA6�11I t
ADBREOATE
YCY WIrIIY FIOIOOQAlNMIf RS
IIIMtRBIAiG1 AESIIOAIE t
O1FEA aMN LRSMIBIAPpY RS
EOMIMtaONPB�AIgIIAr RSdNTONYLYm
RSIMI.OIIIPMYYFY lADMAQCNBR t
TEIEEYISIClY EC ORSWF.POIL`IIMt t
MBITJBN1tlAGRM
aRN`�EARE. OBFASE.FAdBP016E t
OTNMI
pEFCMCT NO 117632; PROJECMMMCWMNW mW M1Yxn WY1MVl Y[xMWtlptY FNO ttNY\WO YYYAVI pIWCTMLN�. vlRM1XNM1
PROJECT NO. 1M7532N PROJECT NDSA"T: TANK
REPAINTING
PROJECT AR AS DESCRIPTION: HIGHLANDS HATER LIABILITY
BERM NTI NO PROJECT. NDOR CERTIFICATE HOLDER NAMED RA AS ABILITYNPO INSURED AS THEIR INTEREST
MY APPEAR AS RESPECTS AUTOMOBILE LIrIL1TT AND AS PER BLANKET EMDGISERERi 10 THE GENERAL LIABILITY POLICY.
CERTIFICATE HOLDER CANCELLATION
CITY OF RENTON roues ANY W THE ASOY!NRCMNlO Fwlcln B!KA.E..BEFORE TM
ATTN TOM MALPHRUS wuMllw wn THlREw. TIE •BLISS coYFry NTu lxouvoB ro rIL
WATER UTILITY DEPARTMENT 30wn wrTEx Nora To TRE Talwan xoLwA N.NEo ro THE Lm.
PUBLIC WORKS DEPARTMENT BUT FNLuRE TP NAMMICN NOnd MIYA NNgRE YO on1oATTw w UABUIY
200 MILL AVENUE SOUTH w ANY NI .w Two Caryl;m Tin TATIIY
RENTON WA 98055 AUT14(HMaO TA G
ACORD25-8(3NJ)
J
Al:o:eu. CERTIFICATE OF INSURANCE D+RRL DY
rrolH¢eN 03/29/96
TIS CERTIFICATE
VAN GILDER INSURANCE CORPORATION ONLHY AND CONFERSIS NOISSUED AS A MATTER OF INFORMATION
7 RIGHTS UPON THE CERTIFICATE
00 BROADWAV,SUITE 0 HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
DEM'ER,COLORA00 8020203 ALTER THE COVERAGE AFFORDED By THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
1511t-00006 SEA SEA_.—_ COMPANYSECURITY INSURANCE CO OF HAIRTFORD
1511
CH2M HILL,INC, aaE.NA'
777108TH AVENUE HE i
BELLEVUE,WA 88004-51IS anAww
O
D
TMM IN TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED.NOTWITHSTANDNHO ANY REOUIREMENi TERM OR COSRNr ON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIN
ORMYRFCATE MAY SE ISSUED OR MAY PERTAIN.THE INSURANCE AFFCMOED BY THE POLICIES DESCRIBED HEREIN IN SLINJECT 70 ALL TINE TEISRS.
pp EXCLWIONS AND Cl)NDITIONS OF SUCH POLICES.LIMITS BTIOWN MAY IRMVE BEEN RE WCED BY PAID CLAIMS
MR TMMaMIMIIAtAAACB FpOYMYYMR PWMYBPgCKN! MMxv gPIMTIy.
YgIMAt.KsrR wn MMDOTt MSIS
RBI�MLSEYYIY
ODNNBALYM1BBTaMRLMrJry BBEINLABMINpATE 1
QMIa NME E]occum PRDOUDm-O01BSOABO B
OSNSFBAOOHIFMDIORBROT PBTEOIYAAAWMVIIET 1
BACHOgRBBEIJd t
FMEDMLABB w B
ANFBBBMEGrEn No w
'�� OOAIB�BBINUMn B
ALLGMJBp AYIO
I BOEglIJpB114 BOR� B
HR®HINGE Iw
NDNOMft V I MIYN i
PRIDPW"GMMBB B
SNNt♦LRIBEER
—Am v-MAODBWF B
GKM THNIa—m-wSr
� MIG1ILmER B
ERiR1YBl.1 AQGFMMTN
INABAF1UFpY MAARHODCABlq
ABSIEBMB B OKIEP TINN IAABI®LA IOINR
MKRYRMDOYPNRAIRBMBRB
MlC`IFM'IIRFRIF ETANIpIIlAA1B
IIM B4
TIE ROPMETOR BAOItAODOAT R
g1lommovE on
MRMBIIWESH. aBABBPRIGI LAIR B
A BSNR BNAIBYIOAE B
PROFESSIONAL SK700455 N`01196 0"t,S7
LABILIT'r —� 51AID0.000 EACH CLAIM AND
IN THE AGGREGATE
O MJECT aa Mp, 117p'1pMky7plgNpyDMRx[crLITRM RNLIn LMv wve RFn lNwao Sr PUPCUIMR AYP wYwnMSpI1CTNRM pIINTIFpNy
PROJECT U2; FROJECT MANAGER; JERRY DUPPCMG/SEA
PROJECT DESCRIPTION: HIGHLANDS WATER TANK REPAINTING PROJECT.
'FOR PROFESSIONAL LIARLLITY COVERAGE, THE ACWEWTF AANCE LIMIT IS THE TOTAL INSL AVAILAALF FOR CLAIMS PRESENTED WITHIN THE MIV
PFRIOD FOR ALL OPERATIONS Of THE INSURED. THE LIMIT WILL BE REDUCED BY PAYMENTS Of INDEMNITY AND EXPENSE.
CCRf1B1AT8 HOjm DANDELLA710N
CITY OF RENTON MH XM X ANY w THe AMOn aKMMED FHwcln AN CANenuo KFMM THM
ATTN TOM MALPHRUS mrTmN NAT. THFua, TM APPA"eoELPMN,AKA apApyL To NAM
WATER UTILITY DEPARTMENT �Q_RAW w MJTTa To Tu DNATwMn Moues PUBLIC WORKS DEPARTMENT MIIM�m 1NM u
200 MILL AVENUE SOUTH MUT Run. MAn MWCH Moms MAMA ASPIRIN RD RNIMlO11 M AMRun
RENTON WA VBOSS THR 0011PAN1 9
m MISHKINM ABf.MRMTA1mA
A NE
Ke
ACORD II0.8(B/N0) "SC'.r�m�:yr�c�F,.�,. . _. '"�' � HiCO11O COMAOIUI'gN 1NB
I
AgNIl11. CERTIFICATE OF INSURANCE 50115'l 0221 BB7B+R
rROMtr THI9 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
JOHNSON A HIGGINS OF COLORADO.INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIF•CATE
1225 17TN STREET,SUITE 2100 HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
DENVER.CO 80202•SSBA ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ATTH. PAULA DELEON - COMPANIES AFFORDING COVERAGE
1511E-00012 SEA SEA CO l
A ZURICH INSURANCE COMPANY
_
CH2M HILL.INC. ---
777 108TH AVENUE NE B
BELLEVUE.WA 9800/.5118
C
CGMNIY
� O
OIS"4 TO CUM"THAT THE POMIRS OF WSWMNCE LISTED BELOW HAVE BEEN SUED TO THE INSURED NAMED ABOVE FOR THE PalCy PERIOD
11 Ct , RCA MY BE imam
ANY IEpUMESEENT TERM Dq CONOPTION OF Nry CONTRACT OR OTHER DOCUMENT"TH RESPECT TO WHICH THEIR
CflntlfAT!MAY ISSUED C A MAY PEI TARN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM&
BXMUNS AND COIORONA OF SUCH POLXOE6.LIMITS SHOWN MAY IIAVE BASIN MER CED BY PAID CLAIMS.
LA nAwMMMNIG_ - _ PgAYRINMRI Mm EFFRrM roLN•TbRIrnCN - .._ ____.___
rn PP1AaWYA Yn aLNMr6 URBAN
P�I�IPLLIABRtn A oOMRLLuo^IeDRn t 2.000.00
-% LdAI`JMP4I MAPS
UAPR1T' (X OAIOIIr OSq/q7 FROPCn 00A�IDPA00 t 2,000,010
%OCCI.11 Pl11BOHAl•MY RAARYEMIIBM 1 750.aq
JYMIA6PCp11MCTO1nPgr
A 5280,000 SR � t 7S0.G0
BE
A AYIeBBB••yyyry A&p DP NNN PNKN s --
__X,ANYAUTO BAPB0785161AOSI uffil 6 OSgtgl CbAtIN•IJOIB LIIRf t 1.000,0E0
--. ENa OYRlO Au1aP TAP6078%0 ITII) ON.D1K6 OSg1g7 SG"EoIABO wTDa BAP6378%,(VA) 04101Ne OBADIAH, t
NtlBO'W� MA6378562 IMAI 0A10196 OSglg7 ----
_'AIPOMNWip 600LV WJMR E �i
IIMLoIpy 1
_. _ rrRTPBIRM1OMYOB t
eAAW LlWR1Y II
AHY AUTO WIODIAv-r ADLTOWT t
' OngATHArTAUIpOrlr ,
tRTRriammury AWG0An'A
i ._._OrMLuroTM BATPLODCMRICB t
'LMMIRM WMRIPEAININAT� 'E
RLBARYMR'LMBMry - I •MIUM�NIMTt
TIBERDPItr(q �� BAOTAGOONINr t
MII Do"=- 4ICY TART t
OIRCggM.
Iy eT1gR ,DIRM[.MW MTREE t
I �
aParnrw°MRI'^°r'Leu^exrvRHmLEaAML:MLImw Iuwn rrr wrEcrroMnRrloxFl
PNWECI N0, 11NIS2; PROJECT RRAVIUR; JERRY puPPa1G/SEA
PNWECT OESCRIPTtM! HIGHLANDS WTER TAM REPAINTING PROJECT, CERTIFICATE MLOEN NAKED AS AWITI'BML INSURED AS THEIR INTEREST
MY AHEM AS RESPECTS W10NOBILE LIABILITY AND AS PER BLANKET EAOGISEAENI TO THE GERRAL LIABILITY POLICY.
OBEIB4QAn IEft DAN^ELLATION
CITY OF RENTON A"O"'O NH OF TMN Awn wRCNMEO POLCHs AS CA RLLPP SRI TM
AI-TN TOM MALPHRUS NnNIATAHI rn THEM.. THE AS. ceNIAM.Aa NHF4A,.m TO,.AIL
WATER UTILITY DEPARTMENT _0 rn""'A NOTICE TO THE CN.T WI Tll NPLw.rANPO YO THE 1m.PUBLIC WORKS DEPARTMENT wr N0
ruwM ro WN NJCNJ,, 11CP RHAM PLFONP NO OPLaA r'Mwry
200 MILL AVENUE SOUTH
RENTON WA 98055 w MY "`+ OHNr THE TOwANY 'n AMxn ON MPMMNIAmr
AVTXgYpe MNMN.IATM 0 n
'�I "'''��),
ACORD BFB IBAM LY(I.b+M
O ACORD COMO RSAISCEE is"
�• J
I
.�'OHNSON
IGGINS E>1 ,&15
This Certificate has been issued to extend coverage to May 1, 1997. A renewal certificate showing
00 May 1. 1997 to May 1, 1998 policy penod will be issued in the near future. Please contact us f
you have any questions.
Jarr a Hlg"a Ca mm Im
1225 Srw O$Va SUIM 2100
Drll Caawo 80202.5'
303 313.&300
ru. 303 313&130
sV.
AOORD. CERTIFICATE OF INSURANCE E 7250 ATE VIA
02/Ol"°"`O02/01 97vv�'
/97
noo"CeR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLV AND "p
Marsh 6 McLennan,Incorporated CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE
500 West Monroe DOES NOT AMEND.EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
Chicago,Illinois 60661 POLICIES!FLOW.
COMPANIES AFFORDING COVERAGE
Contact.T A.Mikkelean couFAw1 A Cont'.tal CASUAL Y CTMPany
312 627 6253 LenaR
COAIeAN1 Transportation Imurmce Company
HSUREO LEIIEN S
CRI W-Can, Inc' COMPANr Rational Unian firs Irourance Comp"
1501 M. 01Vlaim Btrwt LETTER C
Plainfield, IL 60344-81929 CORPANV
r LETTER D s3A
COYPAxr
LEitfR E '.
' COVlRAOlE
INDICATED
13 CNOTWI HSTATHAT DI G ANY E$OF INSURANCE LISTED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR I HEECT POLICY PERIOD
RTIFIC NOTWITHSTANDING ANY YPERT IN THE
TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WrtM RESPECT TO WHICH THIS
EXCLUSIONS
CERTIFICATE MAD BE ISSUED CM MAY PERTAIN THE INSURANCE MAY HAVE
By THE POLICIES Y PAID CLAIMS
HEREM IS SUBJECT TO ALL THE TfRM3
EXCWgION3 AND CONDITIONS Of SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED By PAID CLAIMS
CO TYPE OF WEYIIANCR SKI N"RE[A POLN:T EFRCTIyt MMCT Ex REATMN
Not iNYiDD.vv, IMII IYLI'C0., 'All I ,
>,om,sm .M.• 5A.
O[MI TA LIARRITT OENEML AOGREGAIf {
A % COMMERCIAL MANERµ LuvMCI,04 L1-6179 DD 52 OLOt/97 rOOLOt/W 1.000,000
rR00VCT3 COMcP AGG 1.D00,000
CLYY9 YAM R OCCJP rFPa°NALEAOV IWJPv $ 1,000,000
OWNER S A CDNIARCIOR 3 PAOI Ee wOr'1RPFTic, .
N�
s0,000
FIRE DAYWE iAin�+Fe i,rei • 5.000
.. YFO Fv'FNR� ore Pxevrl <
Aulo LMMART
IN,.
A X IN, mo EW16.1790015 L 02/01/9? 02/01/96 LIMIT....
En Smae I,OUo,DDD
ALL OWRt°AUTDt WA1B-17900A9 L
aNDRV INJ"Pv
9CXlWLED AUTOS ANY snow! -
FIRED AUTN
aO01Lv INJJPv 3
NON OVImO AUTO{ M.AttaenR
DAAAOE L14RIiv MORERTv DAMAN A
�LNNMtMaR1T1 EM«.%CUPNFNGE 1 71
VWAELM FOAM AGGREDAfE {
OTwA THAN UMEAtNA rose
— ➢fi1-1790018 VOTE 179" T - ".•
aNRSRa9wralMN 02/01/97 02/01/98 STATUTORY Leni3._-- I.am 000..
AIIS EACF ACCIDENT t
IRFl9EME'LMMLIIY DIEEASS-FOLWv LAST a I.m.000
—__-- D.311A3A-EACF SMPLOTEL 3 I,NO.On
DESCRIPTION Or OKMATONsLOCAn°N°vuIC493nrfOAL ITEMS -- - - —
SEE REVERSE SIDE
CERTIFICATE MOLDER CANCELLATION - - "'-
SHOLI ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSNNG COMPANY WILL VAWPIDW11Kif%X
RESTON, CITI Of MAIL 39--OAIS WRTTEN NOTICE Tl THE CERTIFICATE XOLDER NAMED TO THE
200 HILL AV~South ,EFfXM11LRNYRORECMOIMYEIEOENFy1D'Rpp(pRyyVt%MpgSEXINpOl91NlY16E}ID3IXX
Renton, M 911055 Xx%tlMMEOMOMX3XPA131s11tlMEA% NNNVI%%C;IIaB%WOIEpWNNMFB9EAlIFfIEENIRX
wlFomrntD RErREae«onve
Attn: NW. iharos N. Nalphrus IF
ACM lFE(7/W) _ r.ICO/RD(`C`MPP(ORAR-AT,ION lm
I
3
L
5I',
y-
+ V l f sd f b r
i
with rowwt to the geoaral tietmly esi wtuuDi le imurame policies listed
. this certificate.iY, it is urderstoh,and agreed that the CItY of Nsnt. is
[RI N.-C.Contract RY161623
neNed as additional insured Cut .IY with respect to t eNceed g1,00g,Wg.
for INRPECIId AND ENGINEERING REPORT at Rent., veer, not m
with recpett to the general lishit RY, wtuphile lisDilitY erW workers'
capnsati. immarce policies listed. this certificate .lY, it is further .Y
egreed that the right of suhrogati. is herety waived to the ester of the first '
SI'DN,M of a covered toes.
The IMur&ve evidenced. this certificate shall Ce CIS No pri Nary and
rwn•c.tri NutorY.
I
1
t
i
�I
`.1
1
CITY OF RENTON
Office of the City Attorney
Jesse Tanrcr.Maror Irwrenee J.Warren
MEMORANDI...
To: Tom Malphms
From: Lawrence J.Warren,City Attomey
Date: September 30, 1996
Subject: Contract with Seattle Bridge and Iron for Inspection Services at the
Highlands Elevated Reservoir
You indicate by now dated September 26, 1996 that it has been determined that the City wishes
to contract directly with CBI rather than having CH2M Hill use them as a subcontractor. You
forwarded me a new contract form which 1 find to be in generally acceptable legal form. It will be
necessary for the contractor to provide us with insurance prior to the City finalizing this contract. I
might note that on page 3,under Taxes,there is a reference to Wisconsin state sales tax. Since the
conractcr is located in Illinois, and the work in Washington, I'm sure that reference most be a
mistake.
The contract also refers on page 3, under Contractual Conditions. to attached form NAC 115.
Section O provides certain conditions of work. 1 cannot tell whether it is intended that ° tion O
spply to this particular work or only if the City asks CBI to do repair work. 1 would like tl.at issue
clarified. h would appear to me that Section O applies only if the City is contracting for repair
work.
As 1 understand it.this contract is for inspection services only with comments to he provided to the
City about the condition of structure of the tank and its components including condition of the
existing paint .system. The amount of the contract at this time is limited to$8.500.00. Before this
contact is expanded in any fashion to include repair work. I would need to review it again. With
these comments the contract is approved as to legal form.
Lawrence 1.WYrrwat
I.1W:as.
cc:Jay Luvington
A&126:22.
R,a Office Box 626- IM S.2nd Street-Renton,Washington 98057-(206)255-8678
,
1 4
a v.
y CITY OF RENTON
= = HUMAN RESOURCES& RISK MANAGEMENT
Ev DEPARTMENT
MEMORANDUM
DATE: October 16, 19%
TO: Ron Olsen,Utility Systems Director �''^Qy�
di�51 FROM: Beverly Nelson Glode,Administrator - /
Y>g^
SUBJECT CBI-NaCon Insurance
I have reviewed the Certificate of Insurarwe submitted for the above referenced contract
The insurance coverage provided for this project meets the City's risk management
} requirements
rr d° 1
M. TOIII Malphnts
wnu ty�4�n�W4Yy�i�ue��
i
CITY OF RENTON
Office of the City Attorney
AM
have T..,,Meyer laavreoce J.Warren
i
0
MEMORANDUM
it i i�J
::To: Tom Malphms
an: Lawrence 1.Warren,City Attorney
Date: October 7, 1996
. Subject: Contract with CBI-NaCon for Inspection Services at the Highlands Elevated
Reservoir
1 don't need to further review the changes to the contract. It is now approved as to legal form
i A4Lawrence J.
LIW:as.
cc: Jay Covington
Ag:127.10.
r.,
Post Office Box 626- 10O S.2nd Street-Renton,Washington 98057 - (206)255-8678 _
m
Acoeo. CERTIFICATE OF INSURANCE
M T250 10/15/96
PRCa"CT. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND -
MBrSh a McLennan,IncorporateO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE -
DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
500 Wes'`IOOrpe POLICIES BELOW
Chicago,Illinois 60661 COMPANIES AFFORDING COVERAGE
Contact T A Mlkkelsen COMPAN. cont,nental COsuetty CMlpany
312 627 6253 LETTER A
INEUPFO iONI B TrM4POrtNIM InsuraMe,Company
LSI Na Con, Inc. OMPMA National union Fire InaurMlC g e Caary
LETrIA C
1501 N. D vl�l .e<
P al nl mIC, ILorS929 COMPANY •"/'
LETTER D
COMPANY E
LETTER
COVERAGES THIS IS TO CERTIFY THAT THE POVCIES OF INSURANCE USTFD BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A60VE FOR THE POLICY PERIOD -
INO'GRED.NOTWITHSTANDING•,NY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERfIFICATE 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 _
CO TYK OF wSNM POLICY MM m DATE R p°r1VV9 FOLKY eePMATMMI LNNTS
LTM DATE�UNIDO,Y`
°eM LIABILITY DENEp,LL AGOIII L 1,000,000
A X COMMERCIAL OFPSRAL LIASILRY GL40-2524113 06/30/96 06/30/97 PROO"CTH COMPOP AGD 1 1,000,000
CLAIMS W°E REOCCUR PFRSON.IL A ADV IWVPv S 1,000,000
GWNA.H A CONTRACIORl.01 EACA OV CLARENCE I 1.OW,II00
F IRE DAMAGE I.,oM I.,., 1 50,000
Me.FHPENSE,AIS P.R P Hen. I S,G00
AUTOMOBILE LMarm
A N ANY M,TO "50-25241" 06/30/96 06/30/97 ".1, NED sixcLE
1
1,000,000
ALL OFHL[D AUTOS AW10-2524106 eOvLVALn„ s
SCHEDULED AUTOS Re,..I
IDRED A"roa
M(N-0WME°AVTOH
M me.I S
DAMAGE LABILITY
FROP[pTV DAMAGE I
wens UABIMTY EACH OCCVMRENCE I
IMSPELM.FORM AGGREGATE 3
OTER THAN IIMBPELLA FOMM
A "ARIA H COMFENBATION MCOO.2524101 WN-2524/02 X STATUTORY LIMITS
S AM0 WM-2524103 061 06/30/97 EACH ACCIDENT s 1,000,000
eWLOYBM LIABILITY D'HEMN—FOLIrY LIMIT H 1,DOD,000
ZRAI—NCH SMPLOVEE F 1,0W,000
SYNBA
°eF AIPTION OF OPERATtg4tL CATp SIVENICLESIBPECIAL ITEMS
SEE REVERSE SIDE
CERTIFICATE MOLDER CANCIALATHIN
SNOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL mall!"XITAXX%
RENTON, CITY Of MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE
200 Milt Avenue South LEFTX{�IIFIANI {ATI�I�MYX 1I�1(IIIIN�% M{I�IIf[IIXN%%
RMtGn, VA 98055 astiftaffitwx
11.6014I.�9'XXtTIiNXt@GII1FAklf4cftl:R1F8fiWN1Mi$tMMN
AUYHOprseD AnAEUNTAnvE
Attn: Mr. ThProv H. Ma1F8rus `
ACORD 25-S Q190) :ACORD PORAT ON 19"
t �
i
i
With rospect to the ,tram IhtpltltY a1d autcslctite imuronce policies IIstW
on this certificate onIV, it is~stops sntl wares,that the City of Manton 1s
reseed as aWHtional ircure put only with respect to CBI *a-Cm Contract 061623
for INSPECTION Mlo ENGINEENIRG REPOIIT at Rehtm, A, not to u,casd$1,000,000.
With respect to the general I sCilitY, autoaelite tiepitity ared workers'
coepeneatim Insurarce WHItes tiatW on this certificate mly. it is further
agreed that the right of sWrepation is herepy wive to the extent of the first
S1,000,000 of a coverW loss.
The insurarce evidence m this certificate shall b dee,eed pr.earY are,
non-contributory.
E
I.
i
µ
1 1 p
' iv w liA. 1�Pill'
+11
Y
t
-rl 5CE _ 4 DATE OF.-COVERAGE
%4- .. EMPLOYER: This is your official certificate of industrial insurance
coverage.You are required by law to post both this certificate and copies- `
- ----- of the posters listed below.You will anon be receiving 1 copy of each.If
WASHINGTON you require additional ropies.call lAbor and Industries atl-gOP5474067.
INW57RIAL INSURANCE
STATE •job Safety and Health Protection(available in Spanish)
T A
I'
Sll"1 • Your Rights as a Worker
FUND
is Family Care(Maternity
I�l.J i V • Notice to Employees
nssattsarta
uaoa ano alpuatttam
roaa NlY WORKER: The employer named below is an insured policyholder
r4.asawiow sasn with the Washington State Industrial Insurance Trust Fund.
S Policy Effective Date
`�. I - '-CC NC
Atl V; iit tr•. ..A:IINI Emir
7J' Jj=!. ..Lr:
v4, j�0, 1L eCS'-' ,
T ♦e.(P, !NC
' 'T7t.t •sic �r:':V
•Your Unified Business Identifier is the onty number You need when tnndurting business with the Washington state departairmsof _
Revenue,i"ream.Empbyment Secunty,labor and Industries and the Office of the Secretary of State.
mt.t.aswo
i
I
i
'i
�aN
f
T(rt K
t :i
I
10.15.96 10:53 FAX 206 235 2541 RENTON F R.Pa_ _ IQ DOl
CRY OF RENTON
HUMAN RESOURCES&RISK MANAGEMENT DEPARTMENT
INSURANCE INFORMATION FORM
CONTRACTORICONSULTANT• CBI Na-Con, Inc.
i
PROJECT NUMBER: P A
- STF CONTACF John Julian I ^r1•!a ,
,. I
CeitiGraic a Insu m inCioia tk°o"wad Woirs
sPWAfid in ronuzct7 if ro,eXplaiu bdoa:
mYa ❑ No
i
4 tie Coomsmcial Gmval Lsabddy policy form an
ISO 1993:=ce Form of Fgwralmr7
pf ao,OI13 a copy of he policy with Q Ya O No
repmrd oosT.raga Gevly idenEfid)
j CG O043 Ameadarory EndoMos m
i tuonddT•d 0 Ym O No
CGL General Aggmgale proridcd on a'per Pmjw Ease(CG2503)7•
fA Ya O No
Addicoom 7amred"nissit proridod7• 13 Yes ❑ No
All covemge on a primary basis and wn�tribuoog basis?, 12 Yea O No
Wanes of Subrcpuon Clause apphesl•
m Ya O No
SCrerabIyof Inusmi 02 (Cross LiWliN)appEa7 ® Ya O No
NOum of CJOOAbwrjNocRenenal ameMd b a5 dan7• O Ym M No
•Te6eahmmoacertsfimteoflurronce 30 U'Fs -
d Not rpWnd If6O 0ceanantt form,a 1990 w rarGec;mry also&asn, ¢d ender wnnntl
AM bSTS RATING FOR CARRIER
CGL _ Awn Umb
Profecuwal�_
flu
7hss Qnaaicorutire is iasud az a maser of iNorsoaEon
does oor ameoq e�owd or alter me wrmge affoNd s Ruestionnaire nor ca ed nnth policy AW
CFR77FlGTE OF lNSUAANCF lln CFTY OF RENTON, at 1U QPb rodictd on the arhf the
poEcia aodlor spno6c deWnuoo pages FROM awarded bidder omoni shall obtaro t of the
prior m aavcon of wntraa
-M � Carol A. Leone
�00 West Monroe ea nNas
-6h I,'84 11 nn66 q
Compktcd By(SileNrsee)
It eresa A M6k lse '
nagr of]ipypnbwataq �- b.S' V;y-4074
7ekpboae Namur
NO
T
-
TTRSQUESTIONNAIRE AIUSTBE COA&LE7ZDANDATTACHFD TO CFRTlF7CATE OF
INSURANCE FOR EACH UNE OFCOWjUc.E
a.�ws�o_.. aan ar 32
OCT 15 '% 10:01 206 235 2541 PAUC.01
AA'
3:
y r
CN3M nta CONTRACT WITH SPFCIFIC RECISIONS
CAC-95-039 „53,.•_.-. '
ENGINEERING
ANNUAL CONSULTANT AGREEMENT
THIS AGREEMENT,made and entered into on this_,igot day of §,1&4 , 19f�,by and between the
CITY OF RENTON,WASHINGTON,A MUNICIPAL CORPORATT6NNHHERREINAFTER CALLED THE
"CITY,"and the consulting firm CH2M Hill whose address is,777 108th Avenue NE,Bellevue,WA 98004-5118
at which work will be available for inspection,hereinafter called the"CONSULTANT.'
PROJECT NAME: Annual Consultant Contract
WHEREAS,the City has not sufficient qualified engineering employees to provide the engineering within a `
reasonable time and the City deems it advisable and is desirous of engaging the professional services and
assistance of a qualified professional consulting firm to do the mmsary engineering work for the project,and
WHEREAS,the Consultant has represented and by entering into this Agreement now represents,that it is in full
compliance with the statutes of die State of Washington for registration of professional engineers,has a current
valid corporate certificate from the State of Washington or has a valid assumed mine filing with the Secretary of
State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform
the work to which they will be assigned in a competent and professional manner,and that sufficient qualified
personnel are on staff or readily available to Consultant to staff this Agreement.
WHEREAS,the Consultant has indicated that it desires to do the work set forth in the Agreement upon the ems
and conditions set forth below.
NOW THEREFORE,in consideration of the terms,conditions.covenants and performances contained herein
below,the parties hereto agree as follows:
i..
a
a
c:currtnVrxwVCHlM.pOCila91 1
ti
T
CH2M NW CONIRAC'r RTIH SPECIFIC REVIFIONS
i
1
SCOPE OF WORK
The Consultant shall furnish,and hereby warrants that it has,the necessary equipment,materials,and
professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A,
Scope of Work,which is attached hereto and incorporated into this Agreement as though fully set forth herein.
The Consultant shall perform all,vork described in this Agreement in accordance with the latest edition and
amendments to local and state regulations,guidelines and policies. -
The Consultant shall prepare such information and studies as it may deem pertinent and necessary and as they are
included in the Scope of Work, in order to pass judgment to a sound engineering manner on the features of the
work. The Consultant shall make such minor changes,amendments or revisions in the detail of the work as may
be required by the City. This item does not constitute an"Extra Work" item as related in Section Vlll of the
Agreement.
The work shall be verified for accuracy in keeping with the standard of care by the Consultant and shall be so
certified by the Consultant. The Consultant will be held responsible for the accuracy of the work,even though the
work has been accepted by the City.
The standard of care applicable to Consultant's services will be the degree -f skill and diligence normally
employed by professional engineers or consultants performing the same or similar services at the time Consultant's
services are performed. Consultant will re perform any services not meeting this standard without additional
compensation.
11
DESIGN r RITERIA
The City will designate the basic premises and criteria for the work needed. Reports and plans,to the extent
feasible,shall be developed in accordance with the latest edition and amendments of local and State regulations,
guidelines,and specifications, including,but not limited to the followings
I. Washington State Department of TransportattorvAnnercan Public Works Association
(WSDOT/APWA), "Standard Specifications for Road,[fridge,and Municipal Construction," as
amended by Renton Standard Specification,
2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction."
c.<u,m it IICHUI DOCIIMi 2
' CHIM VIM CONTRACT Wrltl SPECIFIC R-VISIONS ~`
3. Washington Slate Department of Transportation, "Highway Design Manual."
4. American Association of State ifighea� and"transportation Officials, "Standard Specifications for
Highway Bridges."
5. Washington State Department of Transportation, "Bridge Design Manual, Volumes I and 2."
6. Washington State Department of Transportation, "Manual of Highways Hydraulics,"except hydrologic
analysis as described in item 14.
j7. Washington State Department of Transportation, "Materials laboratory Outline.'
8. Transportation Research Board, "Highway Capacity Manual."
�v w'
9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic
Control Devices for Streets and Highways."
10. Washington State Department of Transportation, "Constriction Manual.`
11. Washington State Department of Transportation. "Local Agency Guidelines."
12. Standard drawings prepared by the City and furnished to the consultant shall be used as a guide in all
cases where they❑t design conditions. Renton Design Standinls,and Renton Specifications shall be - -
used as they pertain.
13. Metro Transit,design criteria.
14. King County Surface Water Design Manual,Sections 1.2 and 1.3 of Chapter 1,and Chapters 3,4,and
5.
I
i
15. American Association of State Highway and Transportation Officials, `A policy on Geom-tric Design
of Highways and Streets."
III
ITEMS TO BE FLtRNISHED TO THE CONSULTANT
BY THE CITY
The City will Furnish the Consultant copies of documents which are available to the City that will facilitate the
preparation of the plans,studies,specifications, and estimates within the limits of the assigned work
c-cvrrtmm 1/CHIM.DOC/IIWI j
T
t x
C-
M
All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with
Other available sources to obtain data or records availabl^ o those agencies. The Consul
am shall be responsible
for this and any other data collection 10 the extent provided for in the Scope of Work. City will provide 10
Consultant all data in City's possession mialing to Consultant's services on the Project. Consultant will reasonably
rely upon the accuracy,timeliness,and completeness of the information provided by City. Should field studies be
needed,the Consultant will perform such work to the extent provided for in the Scope of Work. The City will not
be obligated to perform any such field studies.
IV
OMWERSHIP OF PRODUCTS AND
DOCUMENTS TO BE FURNISHED BY THE CONSULTANT
Documents,exhibits or other presentations for the work covered by this Agreement shall be furnished by the
Consultant to the City upon completion of the various phases of the work. All such material,including working
documents,notes,maps,drawings,photo,photographic negatives,etc, used in the project,shall become and
remain the property of the City arid may be used by it without restriction. Any use of such documents by the City
not directly related 10 the project pursuant to which the documents were prepared by the Consultant shall be
without any liability whatsoever to the Consultant.
All written documents and products shall be printed on recycled paper when practicable. Use of the chasing-
arrow symbol identifying the recycled content of the paper shall be used whenever practicable. All documents
will be printed on both sides of the recycled paper,as feasible.
V
TIME OF BEGINNING AND COMPLETION
The work detailed in the Scope of Work will be performed according to Exhibit B.Time Schedule of Completion,
attached hereto and incorporated herein as though fully set forth. It is agreed that all the Corsultam's services are
to be completed and all products shall be delivered by J1Menrber 31 1W, The Consultant shall not begin work
under the lemns of this Agreement until authorized in writing by the City. If,after receiving Notice to proceed,
j the Consultant is delayed in the performance of its services by factors that arc beyond its control,the Consult an,
shall notify the City 4 the delay and shall prepare a revised estirnate of the time and cost needed tt complete the
Project and submit the revision to the City for its approval. A delay by such factors will be cause for the City to
grant a reasonable extension of time to the Consultant for the performance of the work. Time schedules are
subject to mutual agreement for any revision unless specifically described as otherwise herein,
Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the
completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other
party.
t
cwmnva„nualCn umwoRK.O% j h"h 4
� � t
012M Ntm CONTRACT WITH SPECIFIC REVISIONS
V♦
PAYMENT
The Consultant shall be paid by the City for completed work for Services rendered under this Agreement as
provided hereinafter as specified in Exhibit C,Cost Estimate. Such payment shall be full compensation for work
performed or services rendered and for all labor,materials,supplies,equipment,and incidentals necessary to
complete the work. All billings for compensation for work performed under this Agreement will list actual time
(days and/or hours)and dates during which the work was performed and the compensation shall be figured using
the rates in Exhibit C. Payment for this work shall not exceed$53.181.00 without a written amendment to this
contract.agreed to and signed by both parties.
ost us Net Fee
Payment for work accomplished shall be on the basis of the Consultant's actual cost plus s net fee. The actual cost
includes direct salary cost,overhead,and direct lion-salary coat.
i
I. The direct salary cost is the salary expense for professional and technical personnel and nrincipals for 1
the time they arc productively engaged in the work necessary to fulfill the terms of this Agreement.
The direct salary costs are set forth in the attached Exhibit C and by this reference made a pan of this
Agreement.
2. The overhead costs as identifiel on Exhibit C are determined as 154.4 percent of the direct salary cost I
and by this reference made a part of this Agreement. The overhead cost rate is an estimate bard on f
currently available accounting information and shall be used for all progress payments over the period IIf
of the contract.
3. The direct non-salary costs arc those costs directly incurred in Its the terms of this Agreement,
including, but not limited to travel, rrproduction,telephorre,supplies,and fees of outside consultants.
The direct non-salary costs arc specified in Exhibit C,Cost Estimate. Billings for any direct non-salary,
i
icosts shall be supported by copies of original bills or invoices. Reimbursement for outside consultants H
and services shall be on the basis of 11Q times the invoiced amount.
i
4. The net fee,which represents the Consultants profit shall be 15 percent of direct Salary plus overhead
costs. This fee is based on the Scope of work and the estimated labor hours therein. In the event a
supplemental agreement is entered into for additional work by the Consultant,the supplemental •�
agreement will include provision for the added costs and an appropriate additional fee. The eet fee will
be prorated and paid monthly in proportion to the percentage of the project completed as estimated in
the Consultant's monthly progress reports and approved by the City. Any portion of the net fee not
previously paid in the monthly payments shall be included in the ftrul payment,subject to the a"
Provisions of Section XI entitled TERMINATION OF AGREEMENT.
1.•
=.c,aRnnMnwu;InaswoRxTxncilWnt 5
r Fa
CHrM KM CONTRACT wrm SFECIRC x;vhu S .
max.s,
6. Progress payments may be claimed monthly for direct costs acmally incurred to date as supported by
detailed statements, for overhead costs and for a proportions ,mount of the net fee payable to the r
Consul a t based on the estunated percentage of the completion of the services to date. Final payment
of any balance due the Consultant of the gross amount earned will be made promptly upon its
verification by the City after completion and acceptance by the City of the work under this Agreement.
Acceptance,by the Consultant of final payment shall constitute full and final satisfaction of all amounts .#
due or claimed to be due,
If invoices are contested.City will pay uncontested nortion.
Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing `•r_
at the time extra work is authorized. (Section VIII 'EXTRA WORK'),
A short narrative progress report shall accompany each voucher for progress payment. Cie report shall include
discussion of any problems and potential causes for delay. S:
To provide a meam of verifying the invoiced salary costs for consultant employees, the City may conduct
employee interviews.Acceptance of such final payment by the Consultant shall constitute a release of all claims of any raturc,related to
this Agreement,which the Consultant may have against the City unless such claims are specifically reserved in 1'
writing and transmitted to the rity 1 sulant Prior to is acceptance, Said final
P PL payment shall trot,
however,be a bar to any claims n ay have against the Comuhant or to any remedies the City may
Pursue with respect to such claims.
The Consultant and its subconsulants shall keep available for inspection,by the City,for a period of three years
after final payment,the cost records and accounts pertaining to this Agreement and all items related to,or bearing 14 upon,these records. If any litigation,claim or audit is started before the expiration of the three-year retention
period,the records shall be retained until all litigation,claims or audit findings involving the records have been
I
resolved. The three-yur retention period starts when the Consultant receives I m]payment.
VII
CHANGES IN WORK 4•
The Consultant shall make all such revisions and changes in the completed work of this Agreement as are
necessary to correct errors appearing therein,when required to do sob the City. !
compensation. Y ty.without additional
Should the City find it desirable for its own purposes to have previously utisfactmily completed work or puts
thereof revised,the Consultant shall make such revisions, if requested and as directed by the City in writing. This
work shall be considered as Extra Work and will be paid for as provided in Section Vill.
cwrrewwmtl/C14M1%lClla/01
fi
CIUM nice CONTRACT WnH SPECIFlC REVISIONS -.
vul
EXTRA WORK
The Citymay desire to have the Consultant y perform work or render services in connection with the Project in
addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be
considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope
thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to
whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is
undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any
claim by the Consultant for compensation as Extra Work.
IX
EMPLOYMENT
The Consultant warrants that it has not employed or retained any company or person,other than a bona fide n
employee working solely for ' Consultant,to solicit or secure this contract and that he has not paid or agreed to
pay any company or person,other than a bona fide employee working solely for the Consultant,any fee,
commission,percentage,brokerage fee,gifts or any other consideration,contingent upon or resulting from the
award or making of this contract. For breach or violation of this warranty,the City shall have the right to annul
- this Agreement without liability,or in its discretion to deduct from the Agreement price or consideration or
otherwise recover,the full amount of such fee,commission,percentage,brokerage fee,gift or contingent fee.
Any and all employees of the Consultant,while engaged in the performance of any work or services required by
the Consultant under this Agreement,shall be considered employees of the Consultant only and not of the City and
any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees,
while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission
on the pan of the Consuhant's employees,while so engaged on any of the work or services provided to be
rendered herein,shall be the sole obligation and responsibility of the Consultant.
The Consultant shall not engage, on a full or pan-time basis,or other basis,during the period of the contract,any
professional or technical personnel who arc,or have been at any time during the period of this contract, in the
employ of the City except regularly retired employees,without written consent of the City.
{ If during the time period of this Agreement,the Consultam finds it necessary to increase its professional,
i technical,or clerical staff as a result of this work,the consultant will actively solicit minorities through their
advertisement and interview process.
X
I NONDISCRIMINATION
The Consultant agrees rot to discriminate against any client,employee or applicant for employment or for services
because of race,creed,color, national origin,marital status,sex,age or handicap except for a bona fide
occupational qualification with regard to,but not limited to the following: employment upgrading;demotion or
e�eum�Wu Cn2M,DOCIIMI T
t
I
1
CIUM Hal CONTRACT WM SPM.IC REVISIONS
I
transfer;recruitment or any recruitment advertising; layoff or terminations;rates of pay or other forms of
compensation;selection for training;rer.dition of services. The Consultant understands and agrees that if it
violates this Non-Discrimination provision,this Agreement may be remlitu ted by the City and further that the
Consultant shall be barred from performing any services for the City now or in the future,unless a showing is A
made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is
unlikely.
XI
TERMINATION OF AGREEMENT
A. The City reserves the right to terminate this Agreement at any time upon not less than ten(I0)days
written notice to the Consultant subject to the City's obligation to pay Consultant in accordance with
subparagraphs C and D below.
B. In the event of the death of a member,partner or officer of the Consultant,or any of its supervisory
personnel assigned to the project,the surviving members of the consultant hereby agree to complete the
work under the terms of this Agreement,if requested to do so by the City. This section shall not be a
bar to renegotiations of this Agreement between surviving members of the Consultant and the City,if
the City so chooses.
In the event of the death of any of the parties listed in the previous paragraph,shou!d the surviving
members of the Consultant,with the City's concu:rence,desire to terminate this Agreement,payment
shall he made as set forth in Subsection C of this section.
C. In the event this Agreement s terminated by the City other than for fault on the part of the Consultant,
a ftral payment shall be made to the Consultant for actual cost for the work complete at the time of
termination of the Agreement,plus the following described portion of the net fee. The portion of the
net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work
complete is to the total work required by the Agreement. In addition,the Consultant shall be paid on
the same basis a;above for any authorized extra work completed. No payment shall be made for any
work completed after ten(10)days following receipt by the Consultant of the Notice to Terminate. If
the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total
amount that would be due as set forth herein above,then no final payment shall be due and the
Consultant shall immediately reimburse the City for any excess paid.
D. In the event the services of the Consultant are terming ed by the City for fault on the part of the
Consultant,the above stated formula for payment shall not apply. In such an event the amount to be
paid shall be determined by the City with consideration given to the actual toss incurred by the
Consultant in performing the work to the date of termination,the amount of work originally required
S
which was satisfactorily completed to date of termination,whether that work is in a form or of a type
which s usable to the City at the time of termination,the cost to the City of employing another firm to
c,cwreoUrwyul/CH2M.DOCrlal9l 8
1
1
CHI UM Hid CONTRACT WTrH SPECIFIC REVISIONS
complete the work required and the time which may be required to do so,and other factors which
affect the value to the City of the work performed at the time of termirntion. Under no circumstances
shall payment made under this subsection exceed the amount which would have been made if the
formula set forth in subsection C above had been applied.
E. In the event this Agreement is terminated prior to completion of the work,the original copies of all
Engineering plans,reports and documents prepared by the Consultant prior to termination shall become
the property of the City for its use without restriction. Such unrestricted use not occurring as a part of
this project,shall be without liability or legal exposure to the Consultant.
F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies
of any type it may have against the Consultant for any breach of this Agreement by the Consultant,or
for failure of the Consultant to perform work required of it by the City. Forbearance of any rights
under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to
any future act or omission by the Consultant.
XII
DISPUTES
Any dispute concerning questions of facts in connection with work not disposed of by agreement between the
Consultant and the City shall be referred for determination to the Director of Planning/Building/Public Works or
his/her successors and delegees and to the Regional Manager of CH2M Hill's Bellevue office,whose decision in
the matter,after discussion and consensus,shall be final and conclusive on the parties to this Agreement.
In the event that either patty is required to institute legal action or proceedings tc enforce any of its rights in this rl
Agreement,both parties agree that any such action shall be brought in the Superior Coun of the State of
Washington,situated in King County.
XIII ^'I
LEGAL RELATIONS
'Me Consultant shall comply with all Federal Government,State and local laws and ordinances applicable to the 2
d.
-. work to be done under this Agreement. This contact shall be interpreted and consumed in aecotdanna with the
laws of Washington.
The Consultant agrees to indemnify,defend and hold the City and its officers and employees harmless from and
shall process and defend at its own expense all claims,demands or suits at law or equity arising in whole or part
from the Consultant's negligence or breach of any of its obligations under this Agreement provided that nothing
herein shall require the Consultant to indemnify the City against and hold harmless the City from claims,demands
or suits based upon the conduct of the City,its officers or employees and provided further that if the clams or
suits are caused by or result from the concurrent negligence of(a)the Consultant's agents or employees and(b)
the City, its agents,officers and employees,this provision with respect to claims or suits based upon such
i
c:unentl m bCIUM.DOC/10/91
Y
A
RffS
y
f.
r
s1
r
C11114 HID CONTRACT WITH SPEC1,C REVISIONS 4i
I
concurrent negligence shall be valid and enforceable only to the extent of the Consultant's negligence or the
v
negligence of the Consultant's agents or employees except as limited below.
The Consultant shall secure general liability,property damage,auto liability,and professional liability coverage in
the amo,•nt of$L0 million.with a General Aggregate in the amount of$2 million,unless waived or reduced by
the City. The Consultant shall submit a completed City of Renton Insurance Information Form,and the Standard
Acord Certification Form prior to the execution of the contract. The Consultant shall also submit copies of the
declarations pages of relevant insurance policies to the City within 30 days of contract acceptance. The
Certification and Declaration Page(s)shall be in a form as approved by the City. If the City's Risk Matager has
the Declaration page(s)on file from a previous contract and no changes in insurance coverage has occurred,only
the Certification Form will be required
The limits of said insurance shall not,however,limit the liability Of Consultant hereunder.
All coverages provided by the Consultant shall be in a form,and underwritten by a company acceptable to the
City The City will normally require canners to have minimum A.M. Best rating of A XIa. The Consultant shall
keep all required coverages in full force and effect during the life of this project,and a minimum of thirty days' •£
notice shall be given to the City prior to the cancellation of any policy.
The Consultant shall verify,when submitting first payment invoice and annually thereafter,possession of a current
City of Renton business license while conducting work for the City. The co sultan shall require,and provide
verification upon request,that all subconsultants participating in a City project possess a current City of Renton
business license. The Consultant shall provide,and obtain City approval of,a traffic control plan prior to
conducting work in City right-of-way.
The Consultant's relation to the City shall be at all times as an independent contractor.
j XIV ."
SUBLETTING OR ASSIGNING OF CONTRACTS
The consultant shall not sublet or assign any of the work covered by this Agreement without the express consem of
- I the City.
1 XV
ENDORSEMENT OF PLANS
The Consultant shall place their certification on all plans,specifications,estimates or any other engineering data
furnished by them in accordance with RCW 18.43.070,
XVI
COMPLETE AGREEMENT
This document and referenced attachments contain all covenants,stipulations,and provisions agreed upon by the
Parties. Any supplements tO this Agreement will be in writing and executed and will become pan of this
c:arma/�enu�llcHLA.nOClle/91 C
10
as ry
1 k
y
;79
aF9•
F a�.
r Yli�rk
,z
Agreemen No agent,or representative of either party has authority to make,and the parties shall not be bound
by or be h., ; for,any statement,representation,promise,or agreement not set forth herein. No changes,
amendments,or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties
as an amendment to this Agreement.
The invalidity or unenforceability of any provision in this Agreement shall trot affect the other provisions hereof.
and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted.
XVII
EXECUTION AND ACCEPPANCE
This Agreement may be simultaneously executed to several counterparts,each of which shall he deemed to be an
original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations,
warranties,covenants,and agreements contained in the Request for Qualification`_ and the supporting materials
submitted by the Consultant,and does hereby accept the Agreement and agrees to all of the terms and conditions
thereof.
IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the day and year first above
written.
CONSULTANT CITY OF RENTON
9 Due BY \_. r
SIucbmw.maw
gve
4"at Pro mme
�.. a. AT.. -• R
Signant Date
,. Marilyn 1. Petersen
City Clerk
np ��K.000IIMI II
( j
le5,vv
tYy�.
Ryf"R
ate,�� ' •.i.l
t
i
i
EXHIBIT A ,.
CITY OF RENTOP.
Highlands Water Tank Repainting Project
SCOPE OF WORK
Purpose
i
The purpose of the Highlands water tank repainting project is to:
I. Replace the existing coating inside the 0.75 million-gallon water tank.
2. Provide structural modifications to climbing devices.
3. Paint exposed surfaces of structural modifications and touch-up existing
exterior surfaces that have been damaged.
TASK 1 -Predesign Activities
i,
Objective: To field verify the structural condition of the tank and the existing coating and
estimate costs to assist the City with a determination of the amount of work that can be
accomplished with the City's budget.
Aligj=h: Observations will be performed to evaluate the coating and structural
condition of the'Lank. This task will include the following activities.
A. Field Investigation
i
1. Visually observe the condition of the coating and steel plates inside the
tank.
2. Measure pit depths at 5 locations.
3. Collect paint samples and analyze for lead content to determine the level
of lead contained in the existing tank coating.
4. Document the condition of the tank with photographs. i
B. Analysis
I. Use data collected during field observations to determine if major
i
structural repairs arc required.
2. No structural repairs or modifications are anticipated(other than the work
described in Task 2,item A.1) If need for major structural wort is
required,the City will be notified immediately.
3. The results of the paint testing will be reviewed to estimate the effect of
lead content on removal and disposal costs.
I
V1tA�,
r9
C. Prepare Preliminary Opinions of Cost
3'
1. Prepare a preliminary opinion of cost to recoat all interior surfaces of the
tank and make structural modifications.
2. Evaluate costs of alternative approaches,if cost estimate exceeds City's aC
budget. 1
r
+r
t I D. Meetings
1. Meet once with the City to discuss the findings of the visual observations.
paint testing,and preliminary cost estimate.
&Qduct: A letter report summarizing the field observations,analysis,and cost opinions.
The report will include test data, photographs, and recommendations for work to be
included in the recoating project. Four copies of the report will be submitted to the City.
j
TASK 2-Design
1 044ective: Prepare construction plans and specifications to allow the City of collect bids
for recoating work.
I"
ApPmach: The approach to this task will include the following activities:
A. Prepare Plans,Specifications,and Cost Opinion
I. Prepare construction plans,specifications,and opinion of cost for the -1:,:;°•_$
Highlands recoating and structural modifications. Structural
modifications will include design of one exterior ladder landing,one
landing at the roof hatch,and a replacement ladder inside the tank. 'y
2. Contract documents will follow City of Renton standard format with .0
special provisions for protective coatings and structural steel.
3. A 95-percent complete submittal will be prepared and submitted to the
City for review.
4. A review copy will be submitted to the State of Washington Department
of Social Health Services.
& Incorporate Comments and Print Documents
I. Incorporate review comments,print documents,and submit to City for
" bidding purposes.
2. The City will distribute contract documents,maintain planholders list,
fa" - mail addenda and administer bidding. .y
�t
i
4
}� e
1
�y'ktr
}r;k+
i '
Tat rlFry l:.
y
1
C. Meetings
I. Meet once to discuss City comments following City review a 95-percent
contract document submittal.
TASK 3- Bid Period "
Obiectiv To provide technical services during the bid period. ?
Approach: Respond to technical questions during the bid period, prepare addenda, as
required,and assist the City with bid evaluations. - r+
Products: Addenda and letters,as required.
TASK 4-Consultation During Construction '
Objective: To provide technical services during construction,as requested by the Coy.
Approach: Provide the City with technical services related to reviewing submittals,
providing technical input, and making periodic visits to the site during structural
modifications,surface preparation,and coating application.
Producl5: When field observations are requested by the City, observations and
recommendations,as required,will he documented in writing.
N.NI VISION.a\UTILITE.Sl95-103.000IEI�
I
I
I � i
a 4,
,y ry;ra
i
y
I I l�
1 } ,
4
{
I
Exhibit B
City of Renton Highlands
Water Tank Repainting Project Schedule
isss
Teak Name Feb I Mar r Ma Jun T Jul AugSe Oct Nov
Predesign _
contract Documents _
Review/Revisions --
Bid Period -,
Award EMIR
Construction
Pr t city of RMibn -
Rw.DDmM1 SSW TM WrYlm
�Da*Pmtw: &W
Pip 1
6,'
F
=H111 Exhibit C
Ci•y of Renton
Highlands We Tank Repainting Project
Level of Effort and
Fee Estimate
Labor Hours
Tasks f& €¢ H U E3 jA 1 2 Subtotal LWW EXIIIIIIIIIIIHIS Task Total
TASK 1.0 F -design AetivKNa
1.1 IF wo lnve atkm
e 0 wol 1 11 1 9Z 35.0 83 204
EI-4
Anat s
12.0 i8A � 80 3.0 _ 39.0 $380e i
Cori nforro _ __ _
12.0 2.0 /4.t $1,292
Merit s4.0 4.0 Estimated ' $723
24.0 N.0 0.0 0.0 0.0 16.0 0.0 8.0 98.0 69 0J2 $723 69 788
ITA&K 2.0 Design
2.1 JPrepars Puns,Speoffications and Cost nion for Protective Cadifl s
16.0 40A 18.0 2401 20r 128AI $9,988 1
E22 re Plans,S ions,end Cori O br Structural Modifications
12.0 2.0 48.0 48A B.Or118068,730 1 rate Comments and Print Documwft
8.0 0.0 1eA si,128Meeti+.0 4.0 1.0 eEstimated neat' 67,87032.0 64.0 OA "0 0.0 7L0 0.0 62.6 274.0 $20 874 61 670 622 544
TASK:.0 Bid Period
Pre-Sid Meeting
Assistance Dunn Bid Pentad
_ _� 4 I 4.0 22.0 61,902
_ _2.0 12.0� 4.0 I,-
Estimated Expenses
Togo J.0 20.0 0.0 4.0 0.0 0.0 0.0 4.0 31. 64U
pW&WOPE XLS t of 2 Pnntw DIui
J
� fey
r
r
116
�'
.;.c" =Hfl1 Exhibit C
City of Renton
Highlands Water Tank Repainting Picjsct
a. Level of Effort and
Fee Estimate
i
f-
Labor Hours
IJIM E6 U E4 fP3 fj j4 Tj Q Subt Labor Expenses Task Total
TABK4.0 S_ervice_s DurinkCConrtruction
_1 2l.OT_ 6.0 160� /70.0 f18,376 1,
Estimated Ex nses $1,237
Totals 32.0 98.0 0.0 24.01
4.0 0.0 8.0 0.0 18.0 174.0 $16,3761 f1 7 1 $17 817
SUMMARY _
TASK 1.0 1 24.01 48.0 _ 00 0.0 0.01 1&01 0.0 8.0 98.0 $9,032 $723 $9,755
TASK 2.0 1 3201. 54-01 00 64.0 0.0 72.01 0.0 52.0 274.0 f20,874 $1,670 f22,544
TASK 3.0 3.0 20.01 _ 00 _ 4.0 0.O 0.0 0.0 4.0 31.0 $2.826 $443 $3,269
TASK 4.0 4 3ZOI 95.01 00 24.0 0.01 801 0.0 16.0 176.0 $16 376 $1 237 $17 613
TO ALE 1 91.01 2ie.ol 0.0 92.01 0.01 96.01 0.01 59.01 577.0 f4i10f 1 f4073 $53,151
Personnel Grades and Fee Basis
Billing
Professional/Technician Rate '
Grade Levels Classification jHourl
E6 Senior Engineering M ger/Environmenlal Scientist $116.00
E5 Project Manager $101.00
E4 Senior Engineer/t omental ScientistlPlenner $86 00
E3 Project Engine $74.50
E2 Staff Engine, $66.50
T4 Senior Tect nician $67.50
T2 Staff Technician $48.00
O Office(Clerical) $40.00
' Direct Expenses estimated at 8%of total labor.
' Billing rate is based on total indirect costs overhead rate of 169.9%.
FN'paWa.VSCOPE xLS 211 PnMa4'.21164)5
COST PLUS NET FEE DETERMINATION
DIRECT SALARY COST. Hourly Rates of Pay
Personnel
See attached list
Net Fee 15 %of direct salary cost plus overhead
DIRECT NON-SALARY COST:
Travel and Per Diem
Can at SJ1 Ujmile
Trucks and special equipped vehicals at SQ&Qlmile
�f
Per Diem$100 for muls,lodging and incidentals for out of town professionals.
(not anticipated for this project)
Office and Equipment
Computer:general at$8.59/hour
CAD at$tasn/hour
Reproduction E•�enses ®S OM/copy(81n s 11).....................................$494.Of1
Communications............................. ..... .._._. .._._..........SL5.0/pro.essional hour �. ..
A
I
e:wu,mVnn�u6CrI3MWORK.nC%'lld`�1 �s
e
rF
1 a,
i
i..
F'.
(d
EXHIBIT C(cont.)
SUMMARY OF FFF FOR FNCINFFRIN S RVI S
BREAKDOWN OF OVERHEAD COST
Profit Sharing ..,.,+2
FICA . ............................. .................................... ...................111 %
Unemployment Compensation... ... ........ ............... .. ....... U %
Medical Aid and Industrial Insurance ............. . . .................................1A % t
Company Insurance and Medical ..... ... .............. .................................= %
Vacation, Holiday and Sick Leave............... .... .....__........................ .1Z7%
State B&O Tax&Other Business Tax.... ...,.... ...... % a
Insurance. ._.. ........ ............................ . . . . . ...... .71% ,..
Administration and Time Uttassngnable....... ...... . ................. . %
Printing,Stationery and Supplies ...... ......... ..... _ ............. ..................3,1%
Travel Not Assignable.. ......... .. .. .......... .........................................9.7 %
Telephone and Telegraph Not Assignable....................... _,.....................11 %
Fees, Dues, Professumi l Meetings._ _............... ... ..............................2,$21 %
Utilities and Maintenance........ _ ........................................................ %
Rent ................................... ...............,......... ..................... .5 %
Rental Equipment........... _..
....... .................. ...... . .............................L, %
Office Miscellaneous,Postage............... .................................. ...........12.3%
Professional Services.................................._.. .. .............
..................U%
TOTAL 144.2 %
S1IMMARYOF COSTS
Project No. NPW.14 0�
Name of Project Hj&bjaUdLWAj"_jj0L1LCpaigd
Direct Salary Cost................... ....... ...................................$15.622
......................... _.._
Overhead Cost(including payroll additives) ...... ..._.....................169.9% s26.S81 -.
Sub-Total $42M
NetFee...................................................... 15 Sfi d05
Direct Nnn•Salary Casts;
I
a. Travel and per diem............... .............................$32$
h. Reproduction expenses. .............. ............ ..........SLw
I c. Computer expense................................_.,......._SLW
d. Outside consultants .............................. ...............$6w
e. Other(communication,photography,mailing)............. SM
Total $4.077
Sub Total slam
GRAND TOTAL s33.18i
a.amrtm anwNxllnMN'ORK.IXx.'11 a91 Ia
yr,
__ ,.x-• . i ,alp
t '
CBI Na-Con, Inc.
anational ennsrrueaon s&v"s Olgamratwn 601 W 1431d SVeel
PWL Wld.Ilino.,605C4
October 14, 1996
915439 310
6
FAX 15 4393130
VIA FAX:****...
i
IN DUPLICATE VIA U.S.MAIL
The City of Renton
Dept.of Planning/Building/Public Works
f Fourth Floor
200 Mill Avenue South
Renton,Washington 99055.2189 Fax: 'Oh 235 2541 Y
Attention: Thomas 11.Malphrus 4
RE: Tank Inspection
750MG Watersphemid
Built By CBI in 1958 Under Contract 8-0381
Renton,WA
Dear Mr.Malphrus:
CBI Na-Con would like to thank you for your inquiry regarding pricing for the above
referenced inspection. It is our pleasure to offer the following proposal for your
consideration:
PROPOSAL
CBI Na-Con proposes to furnish all inspection tools and inspection material necessary to
inspect the above referenced tank.
SCOPE OF WORK
In the course of our inspection we will make visual observations of the foundation,base
plate,and anchorage.We will look for indications of settlement and observe the state of
the grout,concrete,and surrounding surface conditions(i.e.soil erosion,standing water, -$
etc.).
For a pedestal tank,we observe the condition of the structure and its components. We
will look for material detarioration in the tank shell to see if pitting has occurred and will
note the location and exi:nt of the pitting in our report.A random ultrasonic inspection
will be performed to mm,ir' material thickness.We will also offer out comments on the
condition of the existing pate system.
r ,
(Ay#t r^
Fop➢
A!h
F s,<
t r4ati
t
th
n;
r
CBI Na-Con,Inc.
PP"c Two
_ The inspection and repair recommendations will be per AN'W,4 0101. The repair
recommendations under 1)I01 arc general in nature. If speci lic structural calculations,for
example to size an assembly necessary for a repair,ate required than additional
engineering manhours will he charged to the customer's account.
CLARIFI ATION
This proposal is made with the following assumptions:
I. The tank will he drained.
2. It will be necessary that the tank remain out of sen ice during the duration of the
inspection.
3. Our proposal does not include any provisions for gasdrceing the work area. If
unacceptable levels of oxygen or flammable gasses are present.any cost incurred by
CBI Na-Con as a result of unacceptable working conditions will be for the
Purchaser's account.
4. This proposal does not include any cleaning or repairs to the existing pump system.
i, 5. Adequate water for our use must be available at the site. A fire hydrant within 100'
r of the tank is sufficient.
,r 6. Our proposal does not include for repairs of scratcher or damage to the existing paint
system.
T All pans of the tank that are required to be inspected by the Owner,should be made
accessable to CBl by others.
KEEQ=
Based on receipt of all materials in accordance with current supplier promises and space
currently available on our schedule we could begin work on your lank in one(1)week.
The field work required should take approximately two(2)days to complete.Any period
of delay due to acts of God,material delivery delays or causes heyond the control of CBI
Na-Con shell be added to the time for completion of the work.
I
` Within approximately'wo(2)weeks of the completion of the inspection,C'B1 Na-Con
will provide you with written reports setting forth the visual observations of our
inspector.However,it is expected that you will examine lin yourself the adequacy and
accuracy of any information provided by CBI Na-Con.Conditions may exist within the
tank and/or paint system that are undetectable at the time of inspection.These conditions
may become evident during cleaning,repairing,repainting.ao Vor further use of the tank.
CBI Na-Con makes no wananty of any kind,express or implied.with respect to these
inspection services.
Prior to the scheduled start of the tank inspection.it N,1II tfe.neeCaf�fy for yor to eoNfv
Ls of�nv kn_,ywn or cusnrcled weaknesre.or defech io the k , ,
t
II CBI Na-Con Inc
1 pR�
CBI Na-('on will perfomr the services described in this proposal Im the firm lump Sur,
price of 58,580.
I
If you would like us to perlorm other miscellaneous Engineering consulation or any
additional work not covered in the scope of work,o!,r charge is S85.00 per man-hour,
which includes small eympmem.tools,and consumable items.
TAXES
No Washington Sales and I Ise taxes are included in the above pricin8 Please provide a
copy of your exeption letter.
a.
rite f`
TERMS OF PAYM NTe
Subject to tlx approval of Con's Treasurer,the contract price shall he paid in
funds currently at par in Nc., turf;or Chicago,USA free of rP collection charges as
follows: .
The terms of payment shall be net cash 30 days after completion of the work,
'f.
CONTRACTUAL CONDITIONS
The attached CBI Na-Con General Contractual Conditions IN AC 115.eeptember 1990) `
are hereby made a pan of this proposal. We call your particular attention to Section G as I 4
it will be applicable to this work. r , v
This proposal is valid for 30 days We am sending this proposal in duplicate. If you wish
" h .
for us to perform this work,please sign this letter and return it to me. Please keep one
signed original for your records.
i
t^
I�
7
i
1
J
—i
i
COI No-Con,Inc.
Thank you for the opportunity to submit this proposal. I hope that you find our offer
attractive. If you should have any questions or require additional information about this
proposal,please do not hesitate to call.
Respectfully. r ";
CBI N"on,Inc.
o .lull
Contracting Manager
The undersigned agree to have CBI Na-Con perform the work on their water storage tank
r in accordance with the te�rnu of this letter.
BY: ✓ gn'll��Plr.-� I
r ham.
TITLE: Pt A_IBUI4 D%I�PUN,( Ujim Vl((w")Pa1O0'
DATE:
TAX EXEMPTION p
IIMc:n.rnih�.,•nqt nt lion eRmpxmo karrl
i
r
P
Y
j�
F
GENERAL C("TRACTUAL COMMONS /�
DEFWtTIONs -if
B3 Welding electrodes my arxn:lapis Or supplies will be
-Contractor'moans CBI Na Con,Inc. furnished by Contractor only h consinad'Mm by Comramor is
included h Iha mmlrad.
-Purchaser-me ans the personrteCOAraclorf into structure contract with,or giving aPurchase order to,Contrxbr brthe slmdure. the Mal Purchaser's
ol",request hentramoragreosmwork more
Than the standard day hiding l 'he addi iencoast shall
be add from
'Structure-o-means d o that portion of i facility required a he such ovenimo work including loss of efficiency shah be added to
fannhod or worked on by Contradm in accordance with the the contract pricy,
contract or purchase order signed by Purchaser.
Seddon C-CONSTRUCTION
-Contract-and'Purchase Ordyr mean the conhadual undarlak-
ing between Contractor and Purchaser in accordance with the u This sedan apples only b construction by Contractor Proposal made by Contractor,the specifications,the order or Mer Iha conlraM
contract form signed by Purchaser, and all other documents
de
incorporated by reference therein. Allsuchdocumentsaratobe to ma constructor site dequa C2 Purchasers hall adequala for receiving and slowing mate
acbarandopenspaca adjacent
mnsWerod as complementary to each other but, in case of
conflict between provision in two or more such ducumamsthe vials and const,e Zion equipment,
documents shah govern in the following order:(1)Section O of
them General Conleclual gpnditions,(2)the ardor mcontrad 03 Purchase shah provide and maintain an umb;lwcled
form,(3)the proposal,(4)the projtd specdicalions,(5)these roadway to and access around the construction see far each
General Contractual Condition •.nrthan Section O,and(6)any srrucwre suitable for heavy trucks, tractors and construchon
char documents incorporated by reference in any of the Image, equipment,
ing,in the saner of precedency of the documents in which such CO Purchaser shah famish water at adequate pressure for
references are made. The contract or purchase order,as the
case maybe,is intended e by Contractor and Purchaser s a lima': constructer am drinking purposes al the job see.
included
nded dth of their agreement weh fespan to such terms as are
ofdeJormsroi the and agreement
plate and yaciusive statement CS Purchaserr,re oveormake saiarh inai aedaons att e of the terms m the agraemynl. cosh to Contractor,remove or make nab any mmdeonn at the
construction site which present a safety hazard the workers or
Section A-DESIGN equipment,including but not limited to electricmtelephonewires,
pipelines,themes,smoke,flammable gases,fumes,Moore poi- 'At hworking drawings are furnished by Purchaser.Contras- sons.asbestos,hazardous or tonic chemicals end hazards from
Ion may charge details to conform to Contractor standards d other contractors working above a below the mntructon work
fabrication and(construction.Any such charges will be showman As a safety prewmon,Contractors construction tomes do not
'feplansnubmined to Purchaserlm apprlanges ill e6horenu,tion. operate heisting equipment m install rigging with 11 Slam of live
eleclric power lines of 220 VOIts or greater.
A2 Purchaser may request changes subject to mutual agree- 06 Purchaser shall kea the
mend and with an aPproPdato adjustment in price an delivery. times. P site area walldminyd at all
A3 Purchaser shall indemnify Contractor against any cone
quonce of any error or deficiency in any Ixovisen of the spedli- C7 Special construction procedures m davices may be re.
cations.plans.on drawings,furnished by Purchaser or any of es 9mrad to protein Contractors employees from the work of others
agents. Or to protect employees of others from the work of Contractor in
coder to comply whir applicable safety and heath laws as amended,An In order to use available sections a material,Contractor Except as otherwise slated in the proposal,the cost of providing may substitute equivalent sections or material and veryPura ass,special construction procedures or devices cull be hems by
widths and lengths from those stated mine proposalor applicable
Purchaser.
specif-aliOns and drawings.
C8 Purchaser shall secure without cost to Contra,,, all
AS The basis of the design is set forth in the proposal. The building permits and licenses required before const,=,.,n is
comof any changes required by any governmental authority shall started. Contractor will furnish Purchaser descriptions of the
be borne by the Purchaser, structure that may uo necessary Ip obtain such permits ^
scones. Any Permits or licenses required to qualify Contractor
AS Structures and specified accessories su lied Io Perform the held construction work will be the responshbnof of
tractor win comply wdn applicable safety and h�ahh laws as Sontractor.
amended to date of proposal. 1'urchasor will be responsible for
?oeciefice tams required by taw which depend upon the C9 t shall be the responsibility of,urchasar to dada,nine the
Wr servky or operating methods of the Purchaser or final ownw, applicability of ak weep regulations regarding notices a any
governing aviation ag,.Icy warning boom,lights and special
Section B-FABRICATION Painting for air traffic, ami Otherwise 10 comply with all such
regulations. Unless sihamise.labd in rho proposal,the ylving
BI This section applies only to fabrication by Contractor required net,".furnishing and installation of warning bo^con
under the contract. Ilrhls,special painting for air Irahc and other action required by
the regulations are nol Included.
B2 Whemmns, adonis of induced in the contram,miculm Will be allowed or, mblZ! of errors in shop work or difficulty C10 h Purchaser weak.
therequests Compactor to wink more than the
Y standard day or weak,ilia of additional cost resulting Irom such
.a Contra fo ai snotif Ina malarial ample mntrto ten un-
ss Contractor is metaled in writing in ample time to send a ovenimo work including loss of efficiency shall be added to the
eltPcharges ale incu dolerminh the valHby of any such claim before co^irad price.
charges are incurred. �
Primed USA
NAC 115(Page I of REV SEPT 90
n
�y
x}
M,! Upon comple!bn of the construction,(antractor wiu re rtw, e or d,sposeof allscrapconslrod'en materiahnused the acc.pled by PurWaser as complete without such ag,coal bl' Ing,Imiad or insulate�g,subject tap lM r Jh,; n pa'N
operations of Conbador. PurMaser gull artange for he sale 1 by the Purchaser snit gopar removal,trar.sponation aM disposal of any hazard a reasonable u m real duo cpNrad pica to � of the cost of pus wastes and asboslos. painting,coaling,lnitgor insulalirp umil suctlOn s as Contractor
complete the pairtli,g,coming,lining,or insulat'rc
Section D-FOUNDATIONS F2 t shaP apletl paints,coatings,tions or otlnlinn are
-r ass Otherwise aalinclu iLheowing, r grade
Of otha0 sitpilliod-nlrac field Contractor and finish applications the proposal ithan any
furnish the d shallu assume
Including growing,or grade a direr cleaning,
Ilok1 01 arection portion of the popping, then an
and OMsaccu and shall assume fu6 responsibility for the adiu u,, cleaning, along
field elected joints
pang any Other
linings or
arKl accuracyofthefoundationsorgradoorsuppons.Purchases insulation abrg the llekl enacted pints,and any direr areas.are
shall fill in all excavations, Iwel the grade, and remove all not Included in the work of Contractor
Obstructions in the vicinity,of the construction sae before con.
slruCllonisstaried.COmlactm win supply anchor botlsony when Section G-TESTING
so specified in the proposal. Gt This section total., to testing in accordance lah the
D2 Purchaser shot assume fun raspon:bnlly for the bearing Q^ve'ntng spealnatlons or applicable codes. If 00 test is,e
Capacity of the soil upon which the structure ar the foUMlalion a fluffed,this section shah nitpply.a
supported. Any tlamaQeblhe loundmlons or structures Caused G2 nlM structure and loundalbns have been tleiggneO Lora
at no cos of 1M so17 to support the bads upon h shall be repaired hydrastalc test load,the stmctvre shall be lasted by gelling h with
at no Cost to Contractor.
walsrimmediatey uPoncomplmn n.In olhorcasas,test methods
Dg If the Su ucmre or any parrot it is to he conslrudpd inside as described in the proposal or as may be agreed upon between
of of upon an existing building of suppo ac Purchaser shall Purchaser and Contractor shall be tolbwed.
assume oV responsibility for theabiliy of lhebuddingm supports G2 Whenhydrostalctesl is required,Purchaser shah torn y
Ili sustain the bads to be imposed. Any damage to the building furnish all required P p!'
Or supports,10 the structure.Or to any pan thereof,because of the as Ppe,hose snit lhllnps,make all connections,inability of the Wilding or supports to support these bads.shah hit with suflclenl water and dispose of weer upon completion of
be repaired at no cost to Contractor. test, all without cost to Contractor. 71M Purchaser shad be
responsible for any corrosion or any other attack caused by the,
D< Foundations shall be constructed to tolera lestwaler.Contractor,will furnish the ptoperfast gauges and will
aces which apply a require..tail pressure to pressure vessels
Permit r 14 oh erection of the structure without exdssh a shim-
ming a It valing.
Ga lt worst b not available for testing,the structures shall be
OS When the foundations are to be designed or Wia b tested by lightness by means or a vacuum box lesler,a penfauln
ContY Ing oil test,Or such Other lest method as may be agreed upon
reporader,Purchasershallnfic toasuDsudaca investigation Wtwrim Purchaserand Contractor.TMOOsl0l such alternative
applicable.
Isoils engineer,speeau;to the Structure she,or where hislmg will be for Purchaser's,anent. `
applicable,muhple Structure site,,Provide g sufficient Intel,,.
'n for Contractor to deign and build such IouMaplate When G5 For pnersure vessels.Purchase,shall provide lest wareI q
edition;are lmmd that diner bornac i r contemplated in the
proposal or shown on the subsurtac� report or rerun from at a l.mppralwe not lower than GD•F.
.adequate prior subsurface.nvaslgabon including but net Lim
dad to requirements for We11-Pie Ling or piling or war or ruck G6 Any oo by Crconnectehall be udlon,piping ornthash ciun,
excavation,the Price and deliveryschedul,shall be appropriately by arch by Capnlr to loshallM dismnned Irom lM slruam.
adjusted. All costs for obtaining adequate subsurface P vest DY Purchaser Prior fo last.
subsurface
and c modification in design d constructionorwhch WCaaryumt of G7 While the structure is undo ping test,Purchaser shall
su0.surfacs coMhions not disposed by or witch are varying abide 6 and he enforce an sarye
sgntcanly from those assumed O•givan in the prior subsurface Y p Y fn,Precaution deemed by `.?A
investigation report shall be for the account of the Purchaser. on,to be neOessary for the Safe Waif of any required
test.
Section E-WELDING Section H-DELAYS
El An Welding procedures and methods shall be consistent yy with the governing specifications or codes although .ontrastor reasonableco�molollCanlrector�shallMadded IInd! lhe
gor the
may select ILO procedure or mallod Irom available ptio-s.
completion of rho structure irr.spedwa of whelp -auses
E2 Lamination of the welded joints Will be made as the vork are operative at the time of making lire contract or ar_._.soqumt
j Progresses h aocordance with the applicable code or time orlimos. Such reuses shall include,but shall nor be limited
I :fort although Gorton.,may select the method of examination ro•the failure or default of Purchaser Or any subconlredor or
Irom available oplbns. ao4ii furnish equpment or mal-'al of le dO work as agreed
on with Contractor,failure or delay on the pan of Purchaser to
E2 Welding procedures.:,,d welding operators will be quell oruvide salisfactory financial inlormalio, when mquestid,lailure
tied in accordance with Section IX of the Code of the Amrican Of my common Carrier Ip transport matenal for said work accord.
SOciey of vl chanlcal F.igineers. Ing lotheprevailing SChiduleofuensporlationin eMdatihedate
Of the contract,action or inaction Of any governmental agency
Section F-PAINTING,COATING,LINING,OR INSULATING having Or claiming junnudicllon, strike or kaducit of workers,
aoddent, war, action of mobs or public enemy, any ad of
FI Painting,coatings,linings on insulation are induded onl lawlessness interrupting the work or destroying or injuring the
when specified in the proposal material material therefor,act of God,and inclement weather.
Pe If weather conditions are unsuitable for application of H' All rest Including overheads,general and administralwe
its.coatings,linings Of insulaWn at the timelhe Sirudure Ms "'iwancasplus aroasonabbp:ofirrhereonincurfedby Contras
...en completed and satisfactorily lasted.the She Stru ure hasl be for on account of delay orinlortuption of its work by ad or inaction
Of governmental or regulatory agency or act or omission on pan
Of Purchaser or any party acting for Or on behalf of Purchaser.
Pnmed in USA
NAC I15(Papa 2 apt a)REV SEPT 90
J
1�
I
Including but not Ilmited to delay caused by lailurs to furnish L-GUARANTY
In
accessories,foundations,test equipment,test water,utilities, Lt Cwnreaw guarantees the work b be done pursuant to
componentsor materials ator before thelimewhen required.will of
be for the account of Purchaser. how
In the ca"of nditlors re consemled Of from
ehe date a(
eon In Ind use al a structure oonYructed es Irom the tlab of
H3 Contractor shall riot be liable for clrsequerul k r5 01 delivery in the case of a shop built structure,to the extent that
+venue or loss of profit or other remole or indirect loss rep. rq Comrades will repair any detects in that work caused by faulty
am any delay. dean, wotkmanshp or malwial furnished by Contractor of
Which Cpmractor its notdied during such guaranty period,subject
Section I-PAYMENTS to the following conditions:
It Payment shallM made in lunds current at per as spordied a) This guaranty does not cover allack on the materials of
in the proposal without cast to Con:rador for collection. construction,paint,coatings, linings or insulation because of
damaging service conditions encountered, including foul flat
12 Upon delauh of Purchaser in making any payment when limited to electrolytic.chemical or abrasive ad'gn;
due or in carryi g out any r"ha conditions of the contract,the
enllepurchase price shall. aoptionotContraciorupon giving b) T1BBuarenry covers oainl,coallgs,kningz,orinsula-
wrinen-oboe to Purchase. .,ecome des and payable. lion only a the same have been speciliad or,approw I in writing
by Comrade and then only to the extent of liability lo Contractor
13 No charge in the work or extra work agreed to by Pur- of the manufacture,at installer thereof,or both,but any guaranty
chaser and Contractor shall relieve any guaranloror surety of any ablated by Contractor from any such manufacturer or instatler
of as obligations. shallbedoemodlo havebaenoblainedforlhebonelaol Purchaser;
la In the event any delay extends beyond ninety(90)days. c) Thisguaranly covers equipment,accessonesand pans 1
thenlhefull value of lifework completed at the time Of commence not manufactured by Contractor only to the extent of liability to
merit of the delay, including lunds pravlously withheld, shall Contractor on the pan of The manufacturer thereof, but any
thereupon become due and payable, guaranty obtained by Cantractor from any such manufacturer
shall bedeotnadfo have been obtained to,the bonefitof Purchaser;
Section d-TAXES d) The work shall be deemed complete and accepted by
it Unless otherwise staled in the proposal,sales taxes,use Purchaser unless Purchaser nothws Contraclonn writing at any
Isxea.gross receipts texas,value added taxes and Other similar delgienews therein within two weeks after completion and leafing
{ taxes in,
on Corrado,or Purchaser with respect to the (it testing is a pan of the contract)or of delivery,as the case may
structure furnished under these contractual conditions or the be;or it tasting is delayed for any reason anraulable to Pur.
material therefor wilt bo lorlhe aocountol Purchaser and will lea chaser,the work shall be deemed complete and accept rl by
invoiced as additions to the price quoted for that structure. Purchaser within two weeks after completion and readin 'a,
esting',
Seetlon K-INDEMNITY
a) Workon or use of any structure by Purchaser or nit.
II the contract includes construction work by Contractor shall be pwral prior to acceptance only pursuant to Ilia pr.,.r
..ten Contractor agrees to Indemnity Purchaser against all claims written consent of Connector and.in such event,the guaranty
and demands for injuries to persons,including dealhs resulting period shall commence upon the date of such work or use;
i therefrom,and damage to property occurring during the course provided,Mwevef.all rights of Purchaser under Section K and
of The construction of each Structure which Contractor lurnished this Section L shall be Iwlaued h such consent Pas not been
undo,these General Contracual Conditions to the extent neg obtained;
ligence or other breach of legal duty on the pan of Contractor is
the cause of such injuries,deatnsordamsge provided that a)the f) The fulfillment of the guaranty let forth in this Section
maximum liability of Contractor under the loregoing indemnity and of the indemnity set forth in Section K shall be the only
V shall not exceed two million U.S.dollars(U.S.112,000.000)in the Oblgations of Contractor with respect to any structure or repairs
aggregate unless othetwce stated in the proposal;and b)the alter acceptance thereof,
loregoirg indemnity shall not diminish anv protection offered
Contractor pu,suantio any insurancacmrao.y Purchawtvili:h g) The heagoing guaranty and the remedy contained
therein are exclusive and in lieu of all other guaranies,remedies
provides coverage for Contractor.
and wanantieswhether statutory,expositor implied-,ANY WAR-
K2 Contractor,agrees to indemnify and deiand Purchaser RANTIES OF FITNESS FOR A PARTICULAR PURPOSE OR
against liability or expense which Purchaser may incur on ac W'MERCHANTABILITY ARE E%PRESSLY FYCLUDEO.Con-
countofactuatorallaged infnngemeot of any apparatusclaim of tractor shall rot be liable for loss of use of Purchaser's property,
any patent by any sbudure furnished by Contractor under these loss of profits or revenues or any special,indirect,incidental or
contractual conditions if such infringement is anributaUe to coraequentlal loss of damage whasoever;and
design lurntshed 4 Cotractor.provided that:
h) h after the structure has been! : d in service but
a) The maximum liability of Contractor shall not exceed the whh''n the guaranty period any repairs are required pursuant to
contract prioefor such structureminus a-easonabledepmcialion this guaranty,the structure shall be disconnected from all piping
for the period of use of the structure; and be cleaned,heed of(quids,solids,explosives and mmbus-
able,toxic and asphyxiant gases and otherwise made safe by
b) Contractor may satisfy its entire obligation under this Purchaser for performance of the repair work at no cost to
- subwchah by sharing such structure so as to eliminate Idringe. Contractor
rem or by replacing that stucture with a ton-fringing structure, MISCELLANEOUS STRUCTURE
c) Purchaser gives prompt notice to Contractor of any CONTRACTUAL CONDITIONS
charge or suit alleg.ng inldngemunl by such structure,permits and O of these General Contractual Cordhions.
xneys selected and paid by Conliacto,to defend any such suit Sections M,N,
oehan of Purchaser and cooperates with Contractor in the trial as modified by the proposal.a re applicable only to the stmclu ins
he
of such suit and in preparing tmlor or work described m thosn sections respectively.
Priited USA NAC Its(Page 3 o:a)REV SE PT 9p
J
t(
1
deer....._...
SOCUQn M-ELEVATED TANKS takes anywow. Unlesselganing is specNkalb slated 1.bit pan
Alld the wofk covgre0 by Ma pop_-d,Purchaser shah Joan the
wool
The as show shah consist of a steel tank su struc uro and Iraq N from any toxic or hazardous subsb
steal borer as shown el lhr an accompanying PPmPosal 'n 'udingbdmtlimllndlaasbeslos,shallmaintair.the work s,
PI panyxg the pmppwl_ entae/y tree d expbsNes,combuslble,mxk, area
"T On single hazardous substances at no cast to Contractor asph'yxusnt and
!irm is required 10eensure slruclu al suability. A subsurface end shall sign a
safe wank order any
usual form provided by Cpmragof lot that
nixtar ion of lle site inducting a report by a soils engineer Purpose before any Work is commenced
famNiar With see made kmilal ions aril bads ' by COnlractor.
slrudure lracorbemade by Purchaser Of upon mutual
gr agreement the QT Before Work is commenced on an existi bye subsurface
onbbaa Otl frchasw Without cost tolConhacto Purchaser shall lurnishlo Contractor a coca nN Structure
The subsurface foundtgalbn r n drawings of the dructure,and al:u a statement of the ol Of gas bur,
Ions for type of loundalion,can pod irltludo recummenda- slruqure.the service in which a has been used, age of the
ebb soil bean Procedures and allow extent of repairs,rncdllkahOns and extensions caste-re and -
structural 1010r n pr. Upon
hi WdN keep wniemenl within the test,Nan m Plated,
shall furnish) ameg Upon request d Purchaser,Contractor Y• be Performed upon olwwk,and the
or the guidance d the wits engineer rho structural proposed service of the structure alter comPblion of Work.
I"OnI PI$forsenlement and a suggested subsurface inveshya tionfor the proposed elevaledtank.Th°subsudae°invesl' W Unless so slated in the proposal,tasting is feat included ur
shall include a minimum d three Soil borirgs at each Structure the Work m be done by Contractor. N the proposal includes
SAO spaced 1p0d°gaesapasalaradiusslghtlygrealerthantha testing.then Section G of these General Contractual Conditions
outside radius Of the foundation base slab. The wbsuAace shall apply.
investigation replan and, d requested, wit samples shall be
supplked to COntradw. d the proposal is made p110110 r 05 Sgdpn X does mt apply fo work mvefed by this Section
Contractor of the subsurface investigation r receipt ed O. Purchaser must lake fully l°sponsibilily for the conditions of
value for the baermg pressure will be used epos an assumed Ihestrudura yriorlothecommememenfof Work, h square foot flat at two feet depth or ImSt depth whichever eounds n fs extent OI ma work,the removal and making sale to nature and
Warner unless otherwise s satisfaction of a y toxic or hazardous Substances
Contractor
specified m the change
upon and designs i chich g but not limited to asbestos,Which
or malvered
and prices quoted WIN be subject to charge upon reoarpl and Y rs discovered
analysis of Nit subsurface investigation report, safe Prfooanco of tfhawon orwhich may adversely allad the
safe p Purchaser's
of the won,the adequacy of the shwure b
M7 p the cathodic rolecygn meet Purchasei s needs u n completion Of work and for the
P apparatus ul a,toget in the pro Proposal.Purchaserahall provyeffw Power oullcl,IdgelharWith r/Pe and aeverrty of any test fd be imposed upon the ,.udure
a)used weatherproof swedlbox,within twenty feat of the lower uP°"mmpldion of work. This responsibility of Purchaser shall
column onwhiehthemnduib is ox be within twenty
alwmdudetha ellawsof prior use(such as distorion,mnawon.and abrasion)upon structural adequacy,and the eNacts of any
Section N-FLAT BOTTOM STORAGE TANKS Proposed changes in operating condauns(such as pressure temperature,chemical and atadrotylic propanlas of the essure
Nt The bosom plates shall be laid direct bb°transponed,stored,orgxasced)uponthes off the prollhe
ndatbn any welded togetnerlhereon.Lappimsshal96e used structure upon complatbn of Work for the service intended.
.I continuous welding on the upper side only.
Oe PurchasarsheNby mhhe uy Work eing Performed
markets
bpy
we When a steel scot of fixed type is furnished, a shall be Me alrudures ce. in then case with
i
welded on the upper lido only wan lap jests, all-Ask insurance, in edher tau wnh�CopoA�r end conned by
insured onlhe I as a named
de N a srmryray w a fixed ladder is provyed, it shall be Policy andwvalue llho stPrimaryrosari raged not
lesrk being P9dOImOd. n suchcthestrucsures alfedadbythe
0any one porpppasafelyaload of one thousand IGOO �Ab°i^gP°Aorrrled,and scoff coverage shall waive all rights
d any one pdn1. An ins a ladder will nd lea ( )pounds of subagaWn against Contractor. Purchaser shall assume all
stated in".,proposal. Provynd unlessw doductbleamounlsar d shalllurmshevyeme ofsuchcoverage
fo Contractor.Purchaser assumes the risk and waives any right
be 0 a grade is provided by Purchaser under the talk 4shall Of lecnvey(Including subrogalion)against Contractor for any
lea furnishad and maintained level by Purchaser. N a concrete foss Of r image to or loss d use of any of Purchaser's property,
foundation is Provided by Purchaser under the The' ;oing waiver shall apply IO the full extent P petty.
level within us lank,a shall be law a��o regardless d laud on the ad of Permitted by
arc length.Plus
or minus one-eighth into within anylhmytael of P Contractor,
Sm: lei gn and so two Points on Me P941N61y shaft differ in
by more than ona.haff Inch, OT WiMdU Inhanyof the of Purchaser hereon.
der,Purchaser shallatw kaepin eNact a mmPr°hansrvageneral
NS Unless Otherwise slated in the Pr !'abr^.d rnsuraoce ppkry with Contractor named as an additional
assume full asponsibiliry for the design and lad uuacy oshall insured ano✓hich Pmvyes
dikes and mmainment systems which may be required ininfcan- Primary rovencee of cot foss than
section With the ranks. y $S'�'�:wr Person and per ssume lWi am 55,000,000
propofrydarnage.Purchases shallassume alldetludiWe amounts
under such insurance.
Section O-REPAIR WORK AND NEW WORK
IN AN EXTRA HAZARJOUS AREA 08 Sect on L does not appy to work covered by this Soclbn
O. Wilh reseed to any work covered b this Section O,CON.
01 This section covers all Work(W'rethor new,aneralions. TRACTOR MAKES NO WARRANTY O MERCHANTABILITY
fierepairs or otherwise)performed in an�.xlra hazardous area,all OR OF FITNESS FOR A PARTICULAR PURPOSE OR ANY
an repalre,alterations Or gl(Ign5pn5 It existing structures am OTHER WARRANTY OF ANY RIND,EXPRESS OR IMPLIED.
an
work by Contractor upon structures VIw Originally furnished by CO-Valor shall not be liable for loss of us°of purchaser's
ContragoI. g' Y ProMAy,loss of Profits or revenues or an special
r incidental or consequential loss or damageywh ta000ver.indirect
,
Structures that have been used nconaint /Pagcmg lineation of liability shall apply to the full extent
Processing sgNICQ Iosom unumat sa(°fy hazards 10 storage
permitted by lawandregardlesa of on the pan Pl Contractor.
such sin the work area.Purchaser shall physically desmnmq all
such strudu res from existing Piping before Contractor undor-
Printed in USA
NAC 115(Page a ofa)REV SEPT so II
J
r
y ,
,r
EXTRA HAZARDOUS
AND REPAIR WORK REPORT Rev No ShM a e1
construdinn Manual'al contains lfnirudwny an d R. By RkY.OW—
lomPletion of mis loan. tNITM DATE
L1JLN3IDPS.UWEL)NE5 Dw Record Ne ---
❑OUTSIDEGUIDELINES
olalflbedm: RENs10N ELADS oP
cadrq fde IawA+d
codas b:pebd Gdwd le.leaw Bob Lawls ATE NDNTN DAY YEAR
- _ IANy[ym Pefldfnfad
M 3 WdlbUyn BE
NXlt NBYBro e
deeun
TsfwlE
M+nadr ilu . cmarwonlXMe
Cmvaclaq - _NSf.
Prded �— -_. s.Sdq BNYC
se" TOM,
Nr.A
obn a IAKMaI No. 9wi crowdlp 90103
T!!— T Prim mfWYBdwfspm iii _e flrsmla)IAaplleAa silt —_ -T.nw _—
a tXacnWond Sau ce yly - — hvfvem mayla D
10 e++rnpymawart s1aPBGioll afld IBPOR Tapp_ Lag TA
1 Y11 CBI 13 CB1 cuddedr Qy a Rerlbn
1d Finai p.+w[doewrswlLXY Cfdplllfd G•.Y of RltMon— - - —_..___i_ _ ._
Il Trce ofFyty Tw* _-
15 cuury,.r fo No isr sdodda adROaMaB by fa Cli"MTV". Two C-na—m ff wsmals nsdf to ww _
won on ebsr —_ SP15 ZofM 1e Rews4U,yd. Yy f
ny avuctum: X
n A3e oiswcwre 1w
23 cunanl$phd
y oaf sulfa - CBI xJ aalu aanlu oeweN.MdldwwByeddwrby
0'0-C8l cmuea No __ .
A Wananlv.ddi BQ1bT _ 3a rxs sdvice f+wvrdtddwi r
amNV VM LW Yes Np_% .. 3s.Was No X
3f v posed Painl> Yp —. Sw1u TEL'x Yee,
saki,R.,N.: --- �—X 26 AN Wlnul Safety DaM1 aww>I PASW) X
M
P AreaSile ap Ad Sal Pya No xB H -
__ Ta1M 1XXfeugdpM resfdentW
as odbmd a^reedbdyR�ymde Propdfy. Two tpnab9r�a(tfyply_ rmdpto*
�> Yes
3d nod,wnel.- ,Lnv _ No X
w C eleraa loClft TAB nlEwftyE
J1.4".Mo yrfeapmfbN id daaMdyl •y 'ofs .
Jx Coemeon ■dpMsfwsalktfdnNyddwlal Yw X fM
eJ Cua4fdlbiwd SW Wda OfadrEdM1 PamN3 — '--_
vw _ w_ X
35 Cidbmdbladalda Ild wdd Paffnai
�_ 1r X _
Je Ia M1M Nn s+NM Supwksa redudddfwOedi Yp X "— _
J3 coobovespaoa1c51) Yau X Ne Ra Ielfaasdda4Y CM x Dwwdd
N nhm bfroF -._ Pabk AMAfw3 Yw fr X MM.yd.DCsl Y. X
ue W...,Afqubaddneedtli Ib
Ad Nbp dne AdemanYRda Wabn ledwadv wa—__ No x .1.X m. Ifadsgsfyy cBl calliaM —.
o.sadf»dm won bdwdrrsaewfrsw: w-- Fa MMaypfa cr—_� ��d--
Ax Mailnin adaeralwwra��yr.aaffdlyMd�a.Ywan�sddLL.rldn
l> R ,v oo —_--- WA
W—A _
N Teeb, Yas fr X Enfee"Amaead flapdyad> Yw -
As Aedibonal lXadklsffdBSYdkw No X DBawnbsApladf Baladlfd/Yw No L_ _
m.Fwedabdwa9edd -- SOME B AT am PAWTDUSTC0LLECTE0NEAR90TT0M-^-
0 odabudbne _ — SUPPORTS OK
�e.aewaaAwsr
Lam. JI r
k
1
I
r � t
Weak 2 ai 2
39 Cwlaeab N3awAee NEEDS a16PECTON
69 OIHw CaVakve a PeNma waaep _ NOTAT TIKR THE ____
50 SpeLW Carccxaon ProuEure3 SPIDER STAGING CO NAIL COLWLETE ALL NECESSARY RIGGWG IN MMR TOACCESS THE TANK
51 cheek nNepu , Yee No DNaNI Nan SM Eegalaave,Sep,"W Apaavep p•[[;pyaNcp3n Sen3ys— —
52 SpeuN Cml VN .E,,m , S%OER BUGGIES
53 see aMkxe.poslon Hums NONE
M ProeeM,tlaapoem. PhaPclanLSVeaFYwi1H 3005 a aMe a ame Ave?a4A Naa Enfarca.lyps alq poEw11311 -- _
TWD POTARIE NRTER STOMGE TANKS WRNIN 3P0 90THAREOPERKRONµ - -
. PLMPOG STATKW WITHIN 300 usin amemeaT ---
55 Peet ft"aaw"pe,aWs paaHa S a sockeLlM6Nmnce."ava
NONE mSDS aDaNlae+
a PTaeaelRbaeeaab Plwaula WlaNn.MWVPVgIAkavaSa bel fal.tisWtta.6'Oa rN aaauWell
AIR COMPRESSOR RUN By A OEISEL PC NERED GENERATOR IS NEXT TO THE TANK m805 ak1a3W0
Sl.lbl411pebN:wnlaWtlalaaMM abKPataaummm NONE MSDStlY41a0a
W EvaaaNp Pmlaa ? Ys_._._ NP_ A - —weake4weea -_ _STANDARD ACCESS.
. 5B CaxpoW PWNS _ _ SELONOROUNp IXWNEGTION ,
M.NWL WYCO aq Y1RNE0 6PIDER WJyF6MRE1tlOEOF TXE TMa fA1E1NNL aYEIBMlE[AT TIENVECT0116 MfJ1ETgK
6e SWm NWaKPI Paylp NzaNaT Yp Np X Ery1Wl. —.
V Neaty poaabys9 Y. He X V~ UNE MMS THE L nWSIDE THE TANK.
63 011,eI dabpl Kyapa Nd1E
alaYafuNa3b11p aaaNMbl _— .._ _NDRE .—�--...
1 65 Un6a Slaatl Nam NY aawaA peat bYa.Coat) . . - POPIERAND WATER RREf.
� Pnotltlap b a map M CBI antis Wwa,b mINmN paenllal pNry sperm: _ _.
Nr Wemal aneets er vvvw vl aM lob sp¢aa[5am1,Pwn..1 n.eal
I qz-[=Maas Y.�RooLBY3'
LOCRANDTAGTH[WLETPIPEWLLVE. — CRYWpIVARfIhTTIOH
TAAISL IDAIF OPE FE] (ENT;V,1-D MICK. ilb ENTR�
T —
1 M.OSa Eb PFpala<a1YYAkIaIaSa Ci SCE ylaCw1e11a.Ma8.M,m,akMtlwaarElabtl OlawLEall Made aalRiwT
IRS x w
TD XaILRNaeAT
Pabmlabaaaw past tamrAbaaaplmb RW canYtl twos apDaBE —alRNPape—ww Pla^
1, WPpRIIMM' «cwnpaaMf LKM roem,Hlel aa3aala PISFWSa MR1Ys. • ❑
Tt v[p, Dam n._—. Petdaa�•aa
Oa6K1 Ge1pN Manape/s apOroYal brM OUTSIDE GUIDELINESI WA
A DIkS1DOataYlNlapn -- Oat
Peal CopaCTamAWCol d, ACCEPTABLE'
M 135maRY�TAma6ar DW
lal WHlbnSalab Pmn aecomaanles Nis ben.wlLl oev'eM/In precap4Hara► a ❑ o ❑
>s �e+saln MMMn ,e
RaRR3bnape� Day-.
n Rev.No. _. Rev.Data DSS Te Rev No Rev Dam PIA
aavalaa
f
M
Thin is your affi ialzardfiate of industrial insuratta'*,
ooaerage.You are required by law to post both this artificate and ropier— i
- - ---of the posters listed below.You will soon be receiving 1 copy of each.If e+l
WASHINGTON you require additional copies,call labor and Industries at 1-SW547-8367.
��7''�/�T a Job Safety and Health Pmtmticn(available in Spanish)
STATE • - nr(tights as a Worker
FUNDD • i ally CardMatemity
I lJ 1 V 1 J • Notice to Employees
aatutmEMtrp
roMaaa�WhAk WORKER: The employer named below is an insured policyholder
with the Washington State Industrial Insurance Trust Fund.
Policv EfftYtive Date
L n 1 --+-CCt' NC
ATTN: IAPM .ACTIN) Emnlq�er
- SJf J9+1. ..LV1
paw or.LJ• IL 6C5'-:
'77 •Aac Cs=T:W, e
i
'Your Unified Business Identifier is theonly number you need when oatducnnabuainm with the Wathinalm nuedepartmeuts of t
Revenue licensing.Employment$cavity,labor and Induatriea and the Office of the Semetary of State
m+.teemero
------------
I I
i
r
S .
r
CERE ICI E E OF INSURANCE AHWI IHIE I."D'Yn -
rnmucEA TINP CERTIFICATE IS ISSUED AS A MATTERa OF7d INFOR>J 11/15/96_
MATION ONLY AND
{{{ Marsh E MCLannln,InoolponSMIL CO*TM NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE
500 West MOntc a ➢P• •e—DC BE NOT AMEND,EXTEND OR ALTEI THE COVERAGE AFFORDED BY THE
P P
Chicago,Illinois 60661 h Ef ELOW
COMA .$AF ORDINO COVERAGE
Contact:T A Mikkeben 3126276253 c LEIIEFOM>u..A O-C' :emit,CaNpen,
INamlG LT COMPANY B
Trelrper.etiM llwlran<e CHpar.,
CBI xe-Cm, Irc. C-0—`. xetieral Union Fira lmurerce Copan
1501 N. Dlvistm Street LETTR
Pleinl iel a. IL 60S44 IWP EANr D
CEII
Lerr[A
cowANY E
lET1ER
COVEMGEf
THIS IS TO CERI.:Y THAT THE POLICIES OF INSURANCE LISTED KIM HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE'0LICY PERIOD '
INDICATED.NOTWRNSTANONNS ANY REOUIREMENT,TERM OR CONO:TION OF ANY CONTRACT OR OTHER COC IMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MY BE ISSUED OR MY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
I EXCLUSIONS AND CONDITIONS Di SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN RPDUCED BY PAID CLAIMS.
Lid TrH OI IIIMMIIN[A Phl<r NYMHR WLILW EPFBCTY[MLKr EXNIIATNIN
OUTROWWOdvq "TA IYWttey, Leslie
HHMI LIAMLIT' GENERAL AGGREGATE A
A x rouMEAcIU GENERU LMWT'K40.73Xit7 06/30f% 06/30/97 MIODUCTSCONPIOP MID A 1,000,000
CLAWS MA, XOOD/I. RERSGNµ A AGY euuAY I 1,OM,OM
OWNER S ACONTIM<TOIYe PNOT. C.C.GCCURHNCA, f 1,DDD,DDD
^ nu DAMAG[IM w x,n s 50,00D
i AVTOeDYe LLWh �OEWNbFnNIf 5,000
I�pDGlrxF
X ANY,ALTO BMSO-737410 06/30/% 06/70/97 Ain e
1.000.000
ALL owNE9 tyros IW10-2524106 aOMr A.041
6CHEOVLEO Auto! IpA,RNwnl s
NgeD AUTOS
NOWOWHO Autos a001Lr IrMU11r E
GARAOE UAMJW i
FRonRTY CAMARA s
Exau LuaxNY
ueaMLu 1011M EACN p«IIRIIEMEE L
AOONEGAT a
OMM TMN WaNELIA Poemi
A WOMBN•e<oMPEWeAAMIW Yc00-ESX101 VC90-2524102 X eTTUTOPY UNITS @'..
f MR, VC70-2574107 06/3" OWN/97 EACH AcuoeNT A 1,000,t JP
trLorEM•LIANMR ObE'EH—FOLx:r QM" A I'llm JDD
ONUMB—IIACII IMKOIN s 1,OOt,OM
oAIBN —.
r
IxYNYPT9NMaPWTMMIMLOCATbNWExKLCW!<IAL IreMa —' ...
EEE lu!vnN sips
oERiBRGAT1 HOLDER —'---'__ _ ..
j CANCELLATION
I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL %91,N xIFAN
f NEWTON, CITY OF MAIL 930 DAYS WRITTEN NOTICE TO�THE
�CERTIFICATE
nHOLDER
r NAMED TO THE
200 Nit( A. Scu,h LERxxRlMlfl{[Fxax;tFNI(.l�[II lA1[Icxgtlq}[FIIwgR.{I{11 LT FxXRRI,RAXµq(RR,Ax
1 it",., m PIGS$
AVMOMTO REMIHMTArW!
Attie: Mr. Th. N. Netph,,A
ACORD 264 AIfII CAMM LTRPORAT6k IBM
iwd
MEMBER
K E'.
wR'
f
h di
taa sub 910 anal RFMON P/A/P11 ®001 f;+^
' 3
cny OF RENMN AZ,-
HUMAN RESOURCES h RM MANAGEMENT DEPARTMENT
INSURANCE INFORMATION FORM I
t
COMRACI'ORICONSnLTAN'F. CBI Na-Con, Inc. "y
PROJRCENUA1DLR 96-31 STAFPCONTACT- John Jullan
CUtiLosc o(Insurante indiGales tat GOV111 e$and lim,
iporabed so cont ? If no.=whin bdow:
I$the Congo t—C l Genial Lability pofi lI..DO
ISO 1993 Ooturrttue Form or Equivalrnt7
(If no,attatb a mpy of We pobq"h W Yes O No
tMuuui oovmaga dearly idenoficd�
CG OOaI Amenduory EtgoruasePt a vvidN7•E ❑ Ya O No
CGL Gmtral AU Ease Providrd on a•pet pmlm base(CG2503)7• Q Yes p NO
Additional Iomred wording pno drd7•
� m Ycs ❑ No _
Al!oovemgc on a Primary basis and mmm�fi'W mg buis7` Yd Yes 0 No ,
Waiver Of Subrogatmn Clause applies?-
E•' 1� ONO
Scmability of Interest Chou(c nss Liability)aPPym7 -
M Yes O No ,t
NotiM of C a "I`uoNNoo-PcrKT1d am nded m aS days?•
❑ Yes ® Nt
•ro be shown on ttmtt ofiwssvnnu 30 Da's �.
d Nor repulnd 1f(SO OOcvnence f.is 1990 o.var:in;may-150 be annmed under mnnoU.
AM DFSTS RATING FOR CARRMIL•
ar•---- _ Auto A Umb N/A PmunionJ_N/A
dTLuetts Qcotuesboontiammr:is ianed as a c er an Of information Tbit guOtbounaim ts not an wwarcx o eaarn ano
d ah, the os` agc affct&d by the polices iacbmied on um mebW
po CEPI s CAT OF INS'hA CE The CITY OF REN77Y7N. m its opwo, $ball obtalo copies of t2K
sPOO&dwAsonion Pages FROM awnded bidden prior in"r on of mug am
asamh t mr'pnnan T r. Carol A. Leone
AgmcyrBrolsm
500 500 Nest Monroe �� 01
i nn(,f,t
Addreu
C-Mpbatd By(Swabut)
Sheresa A M kkelsen - •
Name ofpetsoo mconyp —(b]5) 479-4079
TdVhoot Number
NOM 770S QUESTIONM'RE MUST BE CO.tfPLt7EDANDA7TACIfFL 70 CERTIFJG7E OF
JNSLMANCE FOR F4CHLINE OFCOPMUGE
pwo..v,. arc av 32
OCT IS '% 14:01
206 235 2541 pRGE.01