Loading...
HomeMy WebLinkAboutPW12-277 - Original - Integra Realty Resources - Upper Mill Creek Dam - 12/13/2012 O Records Management KEN W ASHINGTON Document $ I Y Inty CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Integra Realty Resources Vendor Number: JD Edwards Number Contract Number: 'PCJ t/ --.277 This is assigned by City Clerk's Office Project Name: Upper Mill Creek Dam Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: 12- 13- i'Z- Contract Effective Date: Date of the Mayor's signature Termination Date: 6/30/13 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Ingrid Willms-Dixon Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide acquisition services for the project. Cni S.Publlc\RecordsManagement\Forms\ContractCover\adcc7832 11/08 KENT WA Mi a 0i 0M PROFESSIONAL SERVICES AGREEMENT between the City of Kent and Integra Realty Resources THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Integra Realty Resources organized under the laws of the State of Washington, located and doing business at 600 University St., Suite 310, Seattle, WA 98101, Phone: (206) 903-6700/Fax: (206) 623-5731, Contact: Lori Safer (hereinafter the "Contractor"). I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City: The Contractor shall provide acquisition services for the Upper Mill Creek Dam Project. For a description, see the Contractor's October 26, 2012 Scope of Work which is attached as Exhibit A and incorporated by this reference. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement, and Contractor shall complete the work by June 30, 2013. III. COMPENSATION. The City shall pay Contractor a total amount not to exceed Ten Thousand, Five Hundred Dollars ($10,500.00) for the services described in this Agreement. The Contractor shall invoice the City monthly based on time and materials incurred during the preceding month. The hourly rates charged for Contractor's services shall be as delineated in the attached and incorporated Exhibit A. All hourly rates charged shall remain locked at the negotiated rates throughout the term of this Agreement. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PROFESSIONAL SERVICES AGREEMENT - 1 (Over$Z 0,000) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party seven (7) calendar days written notice at its address set forth on the signature block of this Agreement. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Contractor, its subcontractors, or any person acting on behalf of the Contractor or subcontractor shall not discriminate against any person who is qualified and available to perform the work to which the employment relates as provided for by the City of Kent's Equal Employment Opportunity Policy. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. The provisions of this section shall survive the expiration or termination of this Agreement. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause and if that refusal is subsequently determined b a court having p q Y Y 9 jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. VIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XII. CONTRACTOR'S WORK AND RISK. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those services. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. PROFESSIONAL SERVICES AGREEMENT - 2 (Over$10,000) C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and Jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law, provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. Should any language in any of the exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT- By. (signatur By: Print Name (sgnature) Its: Pn Na uzette Cooke stare) Its Ma or DATE: �� 8A-2 DATE: / / a-- NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Lon Safer Timothy J. LaPorte, P.E. Integra Realty Resources City of Kent 600 University St., Suite 310 220 Fourth Avenue South Seattle, WA 98101 Kent, WA 98032 (206) 903-6700 (telephone) (253) 856-5500 (telephone) (206) 623-5731 (facsimile) (253) 856-6500 (facsimile) PROFESSIONAL SERVICES AGREEMENT - 3 (Over$10,000) APPRO ED AS O FOR �r z r Kent Law Department PROFESSIONAL SERVICES AGREEMENT - 4 (Over$Z 0,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this �'' day of Imo!=/ c,,.Lx, / , 20-1cl. By: �p Title: .. ot� �"��C' iG >, U ✓� y� Date: LT/la EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Integra Realty Resources Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Upper Mill Creek Dam that was entered into on the December 13, 2012, between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. 4- Dated this ` " day of ...__= _ 20� . By:-cvt For: Title: .. U Date: '�I EEO COMPLIANCE DOCUMENTS - 1 EXHIBIT A Integra Realty Resources 503 University Street T 206 903 6700 Seattle Su to 310 F 206 623 5731 Seattle,WA 98101 www.irr com (,I rug October 26, 2012 Ingrid Wilims-Dixoh Project Analyst City of Kent Public Works Engineering 400 West Gowe Kent,WA 98032-5895 SUBJECT: Upper MITI Creek Dam Dear Ms.Willms-Dixoh: As requested, I have reviewed the information that you provided for the Upper Mill Creek Dam project. It Is my understanding that the project will Involve one full acquisition, three partial acquisitions and one easement, We will provide short form appraisal reports in compliance with current WSDOT standards. We recently completed a 10 parcel assignment for WSDOT in Sequim. This was a complicated assignment with many of the appraisals addressing larger parcel issues, proximity issues,and highest and best issues We delivered the reports on time. We have had contracts with WSDOT, City of Seattle, City of Bellingham, King County, and City of Tacoma within the past two years (list is not complete). We pride ourselves on our ability to meet deadlines and to adhere to project schedules. The reports can be completed within 45 days of notification to proceed and receipt of all materials necessarytc complete the assignment UPPER RUSSELL ROAD LEVEE PROJECT Our fee for this assignment is shown in the following table. FEE QUOTE Name Tax Parcel Impact Fee Nielsen 292205-9025 Full Acquisition $1,900 Ruth 292205-9225 Partial Acquisition $2,200 Kent Commercial 292205-9159 Partial Acquisition $2,200 Farmhouse Rental 292205-9027 Partial Acquisition $2,200 Benchmark HOA 073105-0060 Easement $2,000 Total $10,500 A copy of my professional qualifications is attached. I We will submit an electronic copy of the report via an FTP site for initial review and we will work with the reviewer to provide additional information or make corrections as specified by the reviewer.Three hard copies of the final report will be submitted upon acceptance by the reviewer. Please let me know if you have any questions about the response. look forward to your favorable consideration Sincerely, Integra Realty Resources—Seattle Associate Managing Director PAGE 2 ®rr EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. CERTIFICATE OF LIABILITY INSURANCE 9�s/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT, If the certificate holder Is an ADDITIONAL INSURED, the pollcy(Ies) must be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s) PRODUCER CONTACT Mike Freeman NAME Conover Insurance PHONE (425)822-3500 F FA7CC No (425)822-3510 11250 Kirkland Way, Ste 100 ADDRESSmikef@conoverinsurance com P 0 BOX 3299 INSURER(S)AFFORDING COVERAGE NAICS Kirkland WA 98033 INSURERAMutual of Enumclaw Insurance 14761 INSURED INSURER B Integra Washington Inc INSURERC 600 University St Ste 310 INSURER INSURER E Seattle WA 98101 INSURER COVERAGES CERTIFICATE NUMBER 12-13 REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF ADDL SUBR POLICY NUMBER MMIDDmYV MM/DDT LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 X COMMERCIAL GENERAL LIABILITY DAPREMISESS Ea occurrence $MAGE ( RENTED 100,000 A CLA,MSMADE X0CCUR BOP0001383 3/14/2D12 3/14/2013 MED EXP(Any one person) $ 10,000 PERSONAL B ADV INJURY $ GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE OMIT APPLIES PER PRODUCTS-COMP/OP AGO $ 2,000,000 ECT X POLICY PRO LOC $ AUTOMOBILE LIABILITY EOa aocdcDt SINGLE LIMIT $ 2 000 000 A ANY AUTO OP0001383 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED /14/2012 3/14/2013 BODILY INJURY(PeraccltlenQ $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Peracadent A UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 1,000,000 X EXCESS LIAR CLAIMS-MADE 000055500 /14/2012 /14/2013 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION SOP0001383 WC STATU- GTH- AND EMPLOYERS LIABILITY TCRY P T X ANY PROPRIETOR/PAR-NER/EXECUTIVE YIN Stopgap /14/2012 /14/2013 EL EACH ACCIDENT $ 2 000 000 OFFICER'h1 EMBER EXCLUDED? ❑ NIA A (Mandatory in NH) E L DISEASE-EA EMPLOYE $ 2 000 000 If yes desc'be finder DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT S 2 000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Certificate holder is additonal insured per attached BP 04 48 01 97 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Certificate as Evidence ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE Mike Freeman/MIKEF ACORD 25(2010105) ©1988-2010 ACORD CORPORATION All rights reserved I NR025,2MOn S1 n1 Thu Arr1Rr1 ram.anrt Innn aru runlefnrnr4 mor4c of Af r1Rrl POLICY NUMBER BOP 0001383 01 BUSINESSOWNERS BP 04 48 01 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following BUSINESSOWNERS POLICY SCHEDULE' Name Of Person Or Organization: CITY OF KENT The following is added to Paragraph C. WHO IS AN 4. Any person or organization shown in the Sched- INSURED in the Businessowners Liability Coverage ule is also an insured, but only with respect to Form liability arising out of your ongoing operations or premises owned by or rented to you Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declarations BP 04 48 01 97 Copyright, Insurance Services Office, Inc , 1996 Hart der No Services • INTEG58 OP ID. RE alVRa CERTIFICATE OF LIABILITY INSURANCE IE2105111 YY, 1 /11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed- If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). PRODUCER 913-831-1777 CONTACT NAME Schtfman,Remley&Assoc,Inc 913-831-4730 PHONE FAx 5201 Johnson Drive,Suite 500INC.No Afc No Mission,KS 66205 E-MAIL ADDRESS INSURERIS)AFFORDING COVERAGE NAIC N I INSURER A National Union Fire Insurance 119445 ,INSURED Integra Realty Resources INSURER B y Washington, Inc dba Integra Realty Resources-Seattle INSURER C 600 University Street#310 INSURERD Seattle,WA 98101 NSURER E INSURER F COVERAGES CERTIFICATE NUMBER* REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS WSR' TYPE OF INSURANCE ADDL SJBR POLIC EFF POLICYEXP LTR POLICY NUMBER MMIDD/YYYY MMIDDIYYYY LIMITS GENERAL LIABILITY EACH DCCURRENCE $ RNT D COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS-MADE ❑OCCUR MED EXP Vyone person) _$ PERSONAL$ADV INJURY $ GENERALAGGREGATE $ GEN'L ACGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG S iFrT POLCY PRO- LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT a accident $ ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BOCILY INJURY(per accident) $ 'ALTOS AUTOS NCN-O%VNED PROPERTY DAMAGE S HIRED AUTOS AUTOS Per acadent UMBRELLA LIAR OCCUR EACH OCCURRENCE _I$___ EXCESS LIAR ,CLAIMS MADE AGGREGAIE _ _ S L _ CED _ RErENTION$ _ $ WORKERS COMPENSATION a STATU- OTH- AND EMPLOYERS'LIABILITY YIN TO IT ANY PROPRIETORVARTNER'EXECUTIVE El NIA L EACHACCIDENT $ OFFICER/MEMBER EXCLUDED NIA (Mandatory in NHi EL DIS'cASE-EA EMPLOYEE $ If xres cns ce under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY OMIT S A (Errors&Omissions 014048224 12/14/11 03/14/13 Lit-nit 1,000,00 Ded 10,00 DESCRIPTION OF OPERATIONS I LOCATIONS t VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION 0003026 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE (NJ LA �•�� tl� ©1988-2010 ACORD CORPORATION, All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD KENT J.45HINGT OM Agenda Item: Consent Calendar - 70 TO: City Council DATE: December 11, 2012 SUBJECT: Upper Mill Creek Dam Improvements Contract - Authorize MOTION: Authorize the Mayor to sign a consultant services agreement with Integra Realty Resources in an amount not to exceed $10,500 to prepare appraisals for the Upper Mill Creek Dam Improvements Project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Upper Mill Creek Dam Improvements Project involves raising the existing dam, located east of 1041h Avenue SE, near SE 267th Street. Raising the dam will allow the City to store more water on the east hill and reduce downstream flooding in the valley. The project includes replacing the existing outlet pipes and gates, constructing a new emergency spillway, raising the south maintenance access road and mitigating for wetland impacts around the perimeter of the reservoir. This project also includes replacing the existing diversion structure, installing a fish passable weir and adding streambed gravel in Upper Mill Creek between the structure and 104th Avenue SE. The benefits of this project are to upgrade the dam, improve downstream flood protection, divert additional flow to the dam reservoir, and restore fish passage to upstream sections of Upper Mill Creek. As part of this project, the City will need to acquire property rights from 5 parcels around the perimeter of the Upper Mill Creek Pond. This Contract is to prepare appraisals for those acquisitions. The acquired property will be used for storm water storage in the future. EXHIBITS: Scope of Work RECOMMENDED BY: Public Works Committee BUDGET IMPACTS: This project will be paid for from the storm drainage fund, with no unbudgeted fiscal impacts. REQUEST FOR MAYOR'S SIGNATURE 2 �� KENT Please Fill in All Applicable Boxes 7 7 ' ewewed by Director Originator's Name: Ingrid Willms-Dixon Dept/Div En ineerin /Desi n Extension: 5519 Date Sent: Date Required: Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 6/30/13 VENDOR: Integra Realty Resources DATE OF COUNCIL APPROVAL: 12/11/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached agreement is for Integra Realty Resources to provide acquisition services for the Upper Mill Creek Dam Project. For additional information, see the attached Council motion sheet. City 0 1 den a Ot r} ,ce o All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) 'xa7 wM .F= g F Received: Approval of Law Ewa 2 2�72 pP eP d Law Dept. Comments- f � �"t e Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff Received: r� Wr i D� t5 lr-� l5 Recommendations and Comments: DEC 4 2012 J� Disposition: U G�� c�iGTl� CM OF nEWi CITE CHniK Date Returned: +�