Loading...
HomeMy WebLinkAboutPW14-122 - Original - PACE Engineers, Inc. - Green River Natural Resources Area Pump - 01/09/2014 rI � Records Managemen, KENT Document WASHINOTON t' 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: PACE Engineers, Inc. Vendor Number: JD Edwards Number Contract Number: VW This is assigned by City Clerk's Office Project Name: Green River Natural Resources Area Pump Station Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: o C1 114 Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/14 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The Consultant shall develop plans-and specifications for the project. S:Public\RecordsManagement\Forms\ContractCover\adcc7832 11/08 KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and PACE Engineers, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and PACE Engineers, Inc. organized under the laws of the State of Washington, located and doing business at 11255 Kirkland Way, Suite 300, Kirkland, WA 98033, Phone: (425) 827-2014/Fax: (425) 827-5043, Contact: Ken Nilsen (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall develop plans and specifications for the Green River Natural Resources Area Pump Station Project, For a description, see the Consultant's December 9, 2013 Scope of Work which is attached as Exhibit A and incorporated by this reference. I _ l Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by December 31, 2014. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed One Hundred Sixty One Thousand, Six Hundred Twenty Two Dollars ($161,622.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained j under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax. documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) I Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4,24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Over $10,000) authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws, The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: By: r (signature) (signature) Print Name: 11 ea��(�-r_ [±�- t: IL Prri'4 Nam" uzette Cooke Its U ICz r �>�r�I Ii Mayor (title) DATE: 2I'3c� DATE:_ / NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Ken Nilsen Timothy J. LaPorte, P.E. PACE Engineers, Inc. City of Kent 11255 Kirkland Way, Suite 300 220 Fourth Avenue South Kirkland, WA 98033 Kent, WA 98032 (425) 827-2014 (telephone) (253) 856-5500 (telephone) (425) 827-5043 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: j Kent Law 1)epartm PACE-GHNM PS/Madfal CONSULTANT SERVICES AGREEMENT 5 (Over$10,000) I DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5, Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: � LL For: $�/�-f c' a^.) i -5 Title: f iC e6t Date: j EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. all of the requirements and obligations as outlined in the City I declare that I complied fully with I q g Y of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A Gn9blee rn I Pinmla is I Snrveyurs All[npinwsin110crvko�GIMP"'Y December 9, 2013 Mr. Mark Madfai Design Engineering Supervisor City of Kent 400 West Gowe Kent, WA 98032 Subject° Green River Natural Resource Area Stormwater Pump Station - Scope of Work Dear Mr. Madfai: As requested, PACE Engineers has prepared this scope of worl<for the Green River Natural Resource Area stormwater pump station. Per our meeting on September 24, 2013 and subsequent discussions, the general scope of work for this project would be to develop a complete set of construction plans and specifications for advertisement, Subsequent phases of this project would Include construction support as needed. PACE has prepared the following Scope of Work,If anything in this proposal is not as you anticipated, please let us know so we can adjust it as required. Project Understanding The proposed Green River Natural Resource Area Pump Station Is Intended to reduce flooding in the Mill Creek drainage basin by pumping up to 50 cfs from the constructed lagoon to the Green River. It Is anticipated that the pump station will consist of 3 vertical turbine pumps discharging to a new 42-Inch forcemain located under the existing access road, Since the WIDEN has identified the lagoon as a fish bearing body of water the pump station will need to be designed with screens that will keep fish out of the pump system, It is the city's desire to have the cleaning of these screens automated If possible. The scope of work will consist of the following Items: 1. Design a 50 CFS pump station with 3 vertical turbine pumps. The pump station foundation shall be reinforced concrete; walls above the finished floor elevation shall be constructed of KLA structural bricks; metal roof with skylights over each pump; and, Siemen's MCC. 2. Exterior generator with shelter similar to James Street Pump Station and Foster Park projects. Design generator for 30 CPS or for powering two of the three pumps, 3. Review the City designed outlet structure, forcemain and associated piping and environmental mitigation. 4. Design a screen system that will meet both the fish harrier requirements of WDPW and the maintenance requirements of the City of Kent. The City wishes to be able to drive on top of the screen system. 5. Design an automated screen cleaning system. G. Design an inlet system to the pump station that minimizes overall impacts to the lagoon and maintenance while providing sufficient drawdown of the lagoon. 7, Prepare site plans to submit the JARPA application to the Resource Agencies for concurrence PACE Flughwore, nc. 112G` I(Vld ouA YJu9 fiulio Soo I Iarldlmn,WA (MM, , P2`i_1072014 1 %4261127.3045 pnum;np u:.cum i Enp In on rs 1 Pl n u ne rs I put vn y o,s ill Mr, Mark Madfai City of Kent December 9, 2013 Page 2 on the proposed project. 8, Design a hammerhead turnaround. 9. Flow meter vault or iniine flow meter, 10. Discharge piping shall allow for recirculation 1.1., Design discharge pump manifold to be buried and not above floor in dry well. We anticipate starting this work Immediately and proceeding on a preliminary layout to submit to the City for review. SCOPE OF WORK `cask A v project Management/Coordination/Meetings PACE will provide administration and coordination of the project. The following Items are included in this taslc 1. Attend coordination meetings with the City as required. For budgetary purposes 12 hours have been allotted for meetings, Since the amount of meeting time is not under our control, meeting time in excess these hours as requested by the City will be considered out of scope and subject to additional compensation. 2. Conduct a field reconnaissance of site and other facilities with the design team and City staff. 3. Coordination with subconsultants. 4. In-house project administration, scheduling, and direction of design team staff, 5. Preparation of monthly progress reports. Task 2— Preff ninary and Final Pump station Design This task includes preparing preliminary and final drawings of the proposed improvements to submit to the City for review and comment. This work includes: 1. Site layout with location of pump station, screened inlet structure, discharge piping (as provided by the City), Green River discharge point (as provided by the City), hammerhead turnaround, fencing, and generator. 2. Design details of new pump station, screened Inlet structure, automated screen cleaner, discharge pipe and Green River penetration. 3. Design details of fencing, piping, fittings, valves, and recirculation line. 4. Structural design and details of pump station, generator pad and shelter, and screened inlet structure. 5. TESCP sheets. 6. Submit 30% and 90% (p(1f) project documents for City staff reviews, comments and approval. Submit one full size set of stamped project documents for City bidding. 7. Assist City with permit coordination with regulatory agencies. For budget purposes 16 hours have been allotted. (City to take the lead on all permits.) 8. Prepare, budget-level construction cost estimate. i i Fnpinner6 I Nnnno" I Sluvoyo�, Mr. Mark Madfal City of Kent December 9, 2013 Page 3 Task 3 — Electrical Plans and Speciticatious PACE sub-consultants Follett Engineering and Systems Interface (SI)will prepare plans and specifications associated with the electrical requirements. Follett Engineering will provide plans and specifications for site power needs. SI will provide plans and specifications for communication and controls. SI will follow up by being the City's Integrator on the project, Both sub-consultants have worked together on similar projects with PACE and with the City. We have included both Follett Engineering and SI's proposals for your information. At this time we are including SI's Phase 1 work only within our proposal. Task 4 —Contract Document Preparation We anticipate the City taking the lead on the contract documents, We anticipate this project will bid as one schedule and that the bid documents will be based on the Washington State Department of Transportation "Standard Specifications for Road, Bridge and Munlclpal Construction, 2012", modified and amended as appropriate. our understanding is that the City will Incorporate our `Special Provisions"within their specifications, it is assumed that the City will advertise, open bids and award the project with support from PACE. Task 5—QA (Quality ,Assurance) In order to assure that the final plans and contract documents are complete, accurate and appropriate, PACE will conduct a Quality Assurance review of the final documents prior to final (100%) submittal to the City. The review will consist of a complete sheet-by-sheet and contract document review to assure the City that the documents meet"level of care"of our industry and are the highest quality possible. Task 6 Construction Services (Optional Task) PACE is a full-service engineering and surveying company that will be pleased to provide the following construction services to the City of Kent in support of this project if requested by the City. PACE, as part of this contract will provide up to 5 hours of bid support to the City. Any additional services under this Task will be under a future construction services contract. Additional services that can be provided include the following: L. Bid assistance (City will advertise the project) 2. Construction management 3. Construction surveying/staldng 4. Construction Inspection 5, Compaction testing 6. Shop drawing review 7. RFI review and response B. Structural observations and reports 9. Progress payment processing :t0. Record drawing preparation I' III 43 Enpinoors I Pinnnsre 19urvnyof5 Mr. Mark Madfar City of Kent December 9, 2013 Page 4 A5�11 B'➢9i1�1®Yd9 � The above scope of work and subsequent fees has been based on the following assumptions: 1, AutoCAD files of the site survey will be provided by the City to PACE. 2. PACE will not be required to perform any survey work, Survey will be the responsibility of the City. 3. No hydrologic modeling is required. Existing data will be used for the inflow Into the lagoon. 4, No hydraulic modeling is required for Mill Creek or the Green River. Green River water surface elevation will be based on published flood data. 5. System Interface will provide a separate budget for programming during the construction phase. 6. City to provide contract documents with PACE providing additions to the special provisions as required, 7. All permitting will be done by the City. 8. The Citywlll provide geotechnical and environmental studies as required for this project. 9. It is assumed that 3-phase power will be avallable to the site. 10. This budget does not include major revisions to the scope of world. 11. The pump station and screened inlet structure will be supported by conventional shallow reinforced concrete foundations facilitated by a dewatered site. 12. The generator pad and shelter will be supported by a conventional shallow reinforced concrete foundation, 13. Maintenance vehicle access to the In-water structure will be through the pump station. The design of a separate ramp or bridge around the pump station to access the in-water structure will constitute the basis of additional scope of services. 14. The design of pile foundations for any of the structures, based on recommendations from the geotechnical engineer,will constitute the basis for additional scope of services, 15. The site will be dewatered for construction and the design of the dewatering system will be considered the means and methods of the contractor. If requested by the City, design of any structural system for the purposes of dewatering the site will be considered an additional scope of service, Fee Estimate PACE proposes to provide these services for a not to exceed amount $161,622 based upon our attached 2013 Standard Rates. Estimated direct reimbursable expenses are Included in the contract amount, i I 1 Enpimern i Plnnnars I Surv!!yols i it Mr. Mirk Madfal City of Kent December 9, 20.1.3 Page 5 Schedule PACE is ready to begin worl< immediately on this project. The following is a general outline of the proposed work schedule, 1. Propose Fish Screen Alternatives - PACE will complete this Item within 15 days after the Notice to Proceed 2, Preliminary Site Plan Layout Alternatives for Pump Station (to Identify impacts for permitting purposes) - PACE will complete this Item within 10 clays after selection of the preferred fish screen alternative by the City and receipt of the City provided survey base map in AutoCAD format. 3. Prepare 30% Plans (including fish screen) — PACE will complete this Item within 45 days after selection of preferred alternative by the City and receipt of the City provided geotechnicai and environmental reports. 4. Submit]ARPA and SEPA based on 30% plans —This Is a City provided task and is for reference only. This task is on the critical path for the completion of the 90% plans. S. Prepare 90% plans— PACE will complete this task within 60 days after recelpt of 30% comments from the City but not before comments are received from the Agencies regarding Item 4 listed above. 6, Final Plans and Specifications— PACE will complete this task within 30 days after receipt of 90% comments from the City but not before all permits are received. In summary, we have developed a scope of work and budget based on our present knowledge of the proposed project. We have tried to cover all aspects of the proposed project; however, If you feel that additional areas of work require our attention, if you have any questions or if you desire additional information please do not hesitate to contact us. Again, we are pleased to submit this scope of work to accomplish the Civil Engineering tasks for this exciting and challenging project, We look forward to working with you. I Sincerely, PACE Engineers, Inc. Ken Nilsen, P.E. Vice President Attar_hirient(s) LP1lA F 4 I i i i a A -O IJ W N 7 � p uo V .. Y........... .................. 9 .. ...... .. `o d Vl: � � ✓l � C Ul n t ........ H .......... y .................. y- o� c __ �.................. v � M w� � •• (T CO or.CIDN N � y N Ma M m � u 0 E 5 m z •e F i Om 12 55 u n W m y eca D ti pU cOin g' 19 Owa w5 B uJ cw a.l tl LY 1 ! P W K Uy y v,M .l e O W PIQT S�] O a �: ,N � E 4 to (f O N WE i [npm�s,s I Fl nr,H= :. 4L,n'�pD,S 2013 IiOURLY RATE SCtIEDIJLE—Uuc aced DESCRIPTION ITOURLY RATE :1, Office Tech I, Expediter I $ 50.00 2, Office Tech 11, Expediter II $ 60.00 3. Jr. Instrument Person, Office Tech III, Intern $ 70.00 91 Instrument Person, GPS Assistant,Jr. Planner, Jr. CAD Drafter, Sr. Office'rech, Inspector $ 80.00 5. Jr. Engineer, Designer I, Party Chief, CAD Drafter I, GIS 'rech, inspector I, Project Administrator $ 90,00 G. Engineer I, Designer 11, Planner 1, Survey Tech 1, CAD Drafter 11, GIS Analyst I, Inspector 11 $ 100.00 j 7. Engineer 11, Sr. Designer, Planner 11, Sr. Party Chief, Survey Technician 11, CAD Drafter 111, GIS Analyst 11, Inspector III $ 110.00 B. Sr. Englnoer, Project Designer I, Sr. Planner, Project Surveyor, Sr. CAD Drafter, GIS Analyst III, Sr. Inspector $ 130.00 9. Project Engineer, Project Designer 11. Project Planner, Sr. Project Surveyor, GIS IV, GIS/CAD Manager $ 137.00 10, Sr, Project Engineer, Structural Engineer, Sr. Project Designer, Sr. Project Planner, Survey Project Manager, Robotic/GPS &Operator $ 148.00 it. Project Manager, Principal Surveyor $ 160.D0 12, Sr. Project Manager, Sr. Principal Surveyor, 3D Scanning & Operator $ 170.00 13. Principal Engineer, Principal Planner $ 182.00 19, Senior Principal $ 195.00 REINIBURSABLES A. Sub-Consultants, Professional and Technical Cost I. 12% B. Maps, reports, materials, permit fees, express delivery and messenger, pass-thm bills and similar items necessary for work in progress Cost+ 12% C, Technology expenses associated with computers, software, electronic distance measuring devices, telephone, cell phone, photo copies, standard survey supplies and transportation and standard postage will be invoiced as a Technology Charge 2%of labor billing D. Out-of-Town travel per them and cost of commercial transportation Cost+ 10% E, 'transportation within 30 Mile Radius * No Charge Transportation beyond 30 Mile Radius—Automobile $ 0.60 per mile *On job inspection mileage will be billed $0.60 per tulle p, Special Equipn-obUSoftware Special Software for Modeling/Analysis $ 10/hour Large Formal Blueprints and Reproduction- Bond $0.50/sq foot Large Format Blueprints and Reproduction—Mylar $ 1,60/sq foot Color Copies—In-house (8^/2 x '11) $0.25/page G. Expert Witness Rate x 1.5 Notes All payment Is due within 30 days from date of Invoice.A monthly service charge of 2%will be,added on all accounts older than 30 days. z The foregoing schedule of charges is incorporated Into the agreement for the services provided effective .lanuary 1,2013, Anal December 31,2.014,invoices will reflect the schedule of charges in effect at that j lime. r'r`f-tiPameere In,. ' i 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 Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. 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. i EXHIBIT B (Continued) 2. Commercial General Liability insurance shall be written with limits no less than $5,000,000 each occurrence, $5,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $5,000,000 per claim and $5,000,000 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 j 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 A:VII. 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 Consultant before commencement of the work. EXHIBIT B (continued) 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. i I� -� FJ DATE(MMIODIYYYY) I'I ACORb CERTIFICATE OF LIABILITY INSURANCE 12/31/2013 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(les)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 . ACT PRODUCER NAME: _Mid1aeLJ[iiaL&_Company - Michael J Hall&Company PHON oExth C?0-598-3700 _._ n/c,rvoh _. Hall&Company ADlikiss:c 'ficatesla�hallandcompanv com Poufs o W Ave 70 _-- POUsb0WA96370 _ INSURER(SIAFFORDINGCOVERAGE - NAI_Cp _ INsuRERA:The.Charter Oak Fire In ran omp 251315 _-.. INSURED 42 INSURERB:TRAVELERS I N D CO OF AMER 25666 PACE Engineers Inc INSURER C: he Travelers Indemnity Company _- _ 8 _ 11255 Kirkland Way INSURER D:ATLANTIC SPECIALTY-INS CO - 27154 _.. Suite 300 INSURER E S__ Kirkland WA 98033 - INSURER F: ' COVERAGES CERTIFICATE NUMBER:206883328 F 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. - ADD BR POUCYEFF POLICY EXP ILTR TYPE OF INSURANCE INSR VD POLICY NUMBER MMIDDlVVVY MM/DOIYYVY OMITS A GENERALLIABILITY 5807BO37695 1,/ 112712013 /27/2014 EACH OCCURRENCE $2,000,000 DAMA O RENTEO X COMMERCIAL GENERAL LIABILITY PREMISES E_a occurrence $300,000 CLAIMS-MADE �,�OCCUR MED EXP(Any one person) $5,OOD X XCUlOCP1BF PD PERSONAL&ADV INJURY $2000000 _ X Cross Liability '.GENERAL AGGREGATE $4 000 000 _ �GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OPAGG $4,000,000 POLICY X PRO- LOCCOMBINED 6INCTI. $ 6 11.11 AUTOMOBILE LIABILITY BA7B94192q !27l2013 /27/2014 (Ea accident) $1,000,000 BODILY INJURY(Per person) $ X ANYAUTO ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS PROPERTY DAMAGE NON-OWNED tPer eccdeutl $ _. HIRED AUTOS AUTOS - S C X UMBRELLA LIAB % _ OCCUR -0UP7B960268 /27/2013 /271201A EACH OCCURRENCE $3,0001000 EXCESS LIAR rL CLAIMS-MADE ',, AGGREGATE. . $3,000,000 DED X RETENTION$10 000 $ A WORKERS COMPENSATION 68078937695 f /2712073 /27/2014 NG STIM X OTH- WA Slop Gap NIA bIMIT AND EMPLOYERS'LIABILITY y I q ANY PROPRIETORIPARTNERlEXECUTIVE❑ E.L.EL EACH ACCIDENT 51,000,000 _ OFFlCER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1.000000 (Mandatory In NH) --- - - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT' $1,000,000 D Professional Liab Claims Made DPL22B613 /27/2013 /2712074 $2,000,000 Per Claim $2,000,000 Per Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Certificate Holder(s)is/are an Additional Insured on the Commercial General Liability and Auto Liability when required by written contract or agreement regarding activities by or on behalf of the Named Insured.The Commercial General Liability Insurance is primary insurance and any other Insurance maintained by the Additional Insured shall be excess only and non-contributing with this insurance. A waiver of subrogation applies to the Commercial General Liability,Auto Liability, Umbrella/Excess Liability and Workers Compensation/Employers Liability in favor of the Additional Insured, Project/Job Name: Green River Natural Resources Area Pump Station CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD it Policy Number: 68076937695 COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. The following Is added to WHO IS AN INSURED INSURANCE (Section III) for this Coverage (Section II): Part. Any person or organization that you agree in a B. The following is added to Paragraph a. of 4. "contract or agreement requiring insurance" to in- Other Insurance In COMMERCIAL GENERAL clude as an additional insured on this Coverage LIABILITY CONDITIONS (Section IV): Part, but only with respect to liability for"bodily in- However, If you specifically agree In a"contract or jury", "property damage" or "personal Injury" agreement requiring insurance" that the insurance caused, In whole or In part, by your acts or omis- provided to an additional insured under this Cov- sions or the acts or omissions of those acting on erage Part must apply on a primary basis, or a your behalf: primary and non-contributory basis, this insurance a. In the performance of your ongoing opera- is primary to other Insurance that is available to tions; such additional insured which covers such addi- b. In connection with premises owned by or tional insured as a named insured, and we will not rented to you; or share with the other insurance, provided that: C. In connection with "your work" and included (1) The "bodily injury" or "property damage" for within the "products-completed operations which coverage is sought occurs; and hazard". (2) The "personal injury" for which coverage is Such person or organization does not qualify as sought arises out of an offense committed; an additional insured for "bodily injury", 'property after you have entered into that "contract or damage" or 'personal Injury" for which that per- agreement requiring Insurance". But this Insur- son or organization has assumed liability In a con- ance still is excess over valid and collectible other tract or agreement. insurance, whether primary, excess, contingent or The insurance provided to such additional insured on any other basis, that Is available to the insured T limited as follows: when the insured is an additional insured under Is any other Insurance. d. This insurance does not apply on any basis to any person or organization for which cover- C. The following is added to Paragraph 8. Transfer age as an additional insured specifically is Of Rights Of Recovery Against Others To Us added by another endorsement to this Cover- in COMMERCIAL GENERAL LIABILITY CON- age Part. DITIONS (Section IV): e. This insurance does not apply to the render- We waive any rights of recovery we may have ing of or failure to render any "professional against any person or organization because of services". payments we make for "bodily injury", "property f. The limits of insurance afforded to the addl- damage" or 'personal injury" arising out of "your tional insured shall be the limits which you work" performed by you, or on your behalf, under agreed in that "contract or agreement requir- a"contractor agreement requiring insurance"with ing insurance" to provide for that additional that person or organization. We waive these insured, or the limits shown in the Declara- rights only where you have agreed to do so as tions for this Coverage Part, whichever are part of the "contract or agreement requiring insur- less. This endorsement does not Increase the ance" with such person or organization entered limits of Insurance stated in the LIMITS OF Into by you before, and in effect when, the "bodily CG D3 81 09 07 ©2007 The Travelers Companies,Inc. Page 1 of 2 Includes the copyrighted material of Insurance Services office, Inc.,with its permission. COMMERICAL GENERAL LIABILITY injury" or "property damage" occurs, or the "per- erage Part, provided that the "bodily injury" and sonal injury" offense is committed. "property damage" occurs, and the "personal in- D. The following definition is added to DEFINITIONS jury" is caused by an offense committed: (Section V): a. After you have entered Into that contract or "Contract or agreement requiring insurance" agreement; means that part of any contract or agreement un- b. While that part of the contract or agreement Is der which you are required to include a person or in effect; and organization as an additional insured on this Cov- c. Before the end of the policy period, I I i I I I Page 2 of 2 ©2007 The Travelers Companies,Inc. CG D3 81 09 07 Includes the copyrighted material of Insurance Services Office, Inc.,with its permission. UMBRELLA Policy Number: CLIP713960268 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE The following is added to Paragraph 11., OUR RIGHT a. "Bodily injury" or"property damage" caused by an TO RECOVER FROM OTHERS., of SECTION IV — "occurrence"that takes place; or CONDITIONS.: b. 'Personal injury" or "advertising injury" caused by If the insured has agreed in a contract or agreement an "offense"that is committed; to waive that insured's right of recovery against any subsequent to the execution of the contract or agree- person or organization, we waive our right of recovery ment. against such person or organization, but only for payments we make because of: UM 04 88 07 08 ©2008 The Travelers Companies,Inc. Page 1 of 1 Includes the copyrighted material of Insurance Services Office,Inc.with its permission. Policy Number: BA7B941924 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modl- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage Is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages.Read all the provisions of this an- dorsemont and the rest of your policy carefully to determine rights,duties,and what is and Is not covered. A. BLANKET ADDITIONAL INSURED H. AUDIO, VISUAL AND DATA ELECTRONIC B. EMPLOYEE HIRED AUTO EQUIPMENT—INCREASED LIMIT C. EMPLOYEES AS INSURED I. WAIVER OF DEDUCTIBLE—GLASS D. SUPPLEMENTARY PAYMENTS — INCREASED J• PERSONAL EFFECTS LIMITS K. AIRBAGS E. TRAILERS—INCREASED LOAD CAPACITY L. AUTO LOAN LEASE GAP F. HIRED AUTO PHYSICAL DAMAGE W BLANKET WAIVER OF SUBROGATION G. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT A. BLANKET ADDITIONAL INSURED performing duties related to the conduct of The following is added to Paragraph A.1.,Who Is your business. An Insured, of SECTION It — LIABILITY COV- 2. The following replaces Paragraph b. in B.5., ERAGE: Other Insurance, of SECTION IV — BUSI- Any person or organization who is required under NESS AUTO CONDITIONS: a written contract or agreement between you and b. For Hired Auto Physical Damage Cover- that person or organization, that is signed and age, the following are deemed to be cov- executed by you before the "bodily injury" or ered"autos"you own: "property damage" occurs and that is in effect (1) Any covered "auto" you lease, hire, during the policy period, to be named as an addi- rent or borrow; and tional Insured is an "insured" for Liability Cover- age, but only for damages to which this insurance (2) Any covered"auto"hired or rented by applies and only to the extent that person or or- your "employee" under a contract In ganization qualifies as an "insured" under the that individual "employee's" name, Who Is.An Insured provision contained in Section with your permission, while perform- II ing duties related to the conduct of your business. 8. EMPLOYEE HIRED AUTO However, any"auto" that Is leased, hired, 1. The following is added to Paragraph A.1., rented or borrowed with a driver is not a Who Is An Insured, of SECTION It — LI- covered "auto", ABILITY COVERAGE: C. EMPLOYEES AS INSURED An "employee" of yours Is an "insured" while that "am- The following Is added to Paragraph A.1.,Who Is under a contract or agreement In that operating a covered 'auto" hired rented An Insured, of SECTION II — LIABILITY COV- pioyes's" name, with your permission, while ERAGE: CA T4 20 07 10 02010 The'fravelers Indemnity Company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance services office,Inc.with its permission. COMMERCIAL AUTO Any"employee" of yours Is an "insured"while us- (3) If a repair or replacement results in better ing a covered"auto"you don't own, hire or borrow than like kind or quality,we will not pay for the in your business or your personal affalrs. amount of betterment. D. SUPPLEMENTARY PAYMENTS — INCREASED (4) A deductible equal to the highest Physical LIMITS Damage deductible applicable to any owned 1. The following replaces Paragraph A.2.a.(2)of covered "auto". SECTION II—LIABILITY COVERAGE: (5) This Coverage Extension does not apply to; (2) Up to $3,000 for cost of bail bonds (in- (a) Any "auto" that is hired, rented or bor- cluding bonds for related traffic law viola- rowed with a driver; or tlons) required because of an "accident" (b) Any "auto" that Is hired, rented or bor- we cover. We do not have to furnish rowed from your"employee" these bonds. G. PHYSICAL DAMAGE — TRANSPORTATION 2. The followingre Paragraph A.2.a. laces P 9 P 4( )of EXPENSES—INCREASED LIMIT SECTION II—LIABILITY COVERAGE: 4 All reasonable expenses incurred b the The following replaces the first sentence in Para- (4) y graph A.4.a., Transportation Expenses, of "Insured" at our request, including actual SECTION III — PHYSICAL DAMAGE COVER- loss of earnings up to $500 a day be- AGE: cause of time off from work. We will pay up to $50 per day to a maximum of E. TRAILERS—INCREASED LOAD CAPACITY $1,500 for temporary transportation expense In- The following replaces Paragraph CA. of SEC- curred by you because of the total theft of a cov- I TION I—COVERED AUTOS: Bred"auto"of the private passenger type. 1. "Trailers" with a load capacity of 3,000 H. AUDIO, VISUAL AND DATA ELECTRONIC pounds or less designed primarily for travel EQUIPMENT—INCREASED LIMIT on public roads. Paragraph C.2.. Limit Of Insurance, of SEC- F. HIRED AUTO PHYSICAL DAMAGE TION III — PHYSICAL DAMAGE COVERAGE is The following is added to Paragraph A.4., Cover- deleted. age;Extensions, of SECTION III — PHYSICAL I. WAIVER OF DEDUCTIBLE—GLASS DAMAGE COVERAGE: The following is added to Paragraph D.. Deducti- Hired Auto Physical Damage Coverage ble, of SECTION III — PHYSICAL DAMAGE If hired "autos" are covered "autos" for Liability COVERAGE: Coverage but not covered "autos" for Physical No deductible for a covered "auto" will apply to Damage Coverage, and this policy also provides glass damage if the glass is rapalred rather than Physical Damage Coverage for an owned "auto", replaced. then the Physical Damage Coverage is extended L PERSONAL EFFECTS to "autos" that you hire, rent or borrow subject to The following Is added to Paragraph AA., Cover- the following: age Extensions, of SECTION III — PHYSICAL (1) The most we will pay for "loss" In any one DAMAGE COVERAGE: "accident" to a hired, rented or borrowed Personal Effects Coverage "auto"is the lesser of: (a) $50,000; We will pay up to $400 for "loss" to wearing ap- (b) The actual cash value of the damaged or parel and other personal effects which are; stolen property as of the time of the (1) Owned by an"insured"; and "loss",or (2) In or on your covered"auto". (c) The cost of repairing or replacing the This coverage only applies in the event of a total damaged or stolen property with other theft of your covered"auto". property of like kind and quality. No deductibles apply to Personal Effects cover- (2) An adjustment for depreciation and physical age, condition will be made In determining actual cash value in the event of a total"loss". Page 2 of 3 ©2010 The Travelers Indemnity Company.All dghts reservod. CA T4 20 07 10 Includes wpyrighted malu ial of Insurance Services Office,Inc,with Its pounlsslon. COMMERCIAL AUTO K. AIRBAGS (2) Any: The following is added to Paragraph B.3., Exclu- (a) Overdue lease or loan payments at the slons, of SECTION III — PHYSICAL DAMAGE time of the"loss"; COVERAGE; (b) Financial penalties Imposed under a Exclusion 3.a. does not apply to "loss" to one or lease for excessive use, abnormal wear more alrbags in a covered "auto"you own that in- and tear or high mileage; flate due to a cause other than a cause of"loss" (c) Security deposits not returned by the les- set forth In Paragraphs A.i.b. and A.1.c., but sor; only: (d) Costs for extended warranties, Credit Life i a. If that"auto" Is a covered "auto" for Compre- Insurance, Health, Accident or Disability hensive Coverage under this policy; insurance purchased with the loan or b. The airbags are not covered under any war- lease;and ranty;and (a) Carry-over balances from previous loans c. The airbags were not intentionally inflated. or leases. We will pay up to a maximum of $1,000 for any M. BLANKET WAIVER OF SUBROGATION one"loss", The following replaces Paragraph A.5.. Transfer L. AUTO LOAN LEASE GAP Of Rights Of Recovery Against Others To Us, i The following Is added to Paragraph AA., Cover- of SECTION IV — BUSINESS AUTO CONDI- age Extensions, of SECTION III — PHYSICAL TIONS; DAMAGE COVERAGE: 5. Transfer Of Rights Of Recovery Against Auto Loan Lease Gap Coverage for Private Others To Us Passenger Type Vehicles We waive any right of recovery we may have In the event of a total"lass"to a covered"auto"of against any person or organization to the ex- the tent required of you by a written contract exe- or e private passenger type shown in the Schedule Declarations for which Physical Damage Con- cuted prier to any "accident" or "loss", pro- vided that the"accident"or"loss" arises out of dragons provided, will pay any unpaid amount the operations contemplated by such con- due on the lease orr loan for such covered "auto" tract,The waiver applies only to the person or less the following: organization designated in such contract, (1) The amount paid under the Physical Damage Coverage Section of the policy for that"auto"; and I A. I CA TA 20 07 10 02010 The Travolam indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance services Office,Inc.with its permission. I KENT Agenda Item: Consent Calendar - 7F(1) W ASHII GiON TO: City Council DATE: December 10, 2013 SUBJECT: Consultant Agreement with Pace Engineers, Inc. for Design Services for the Green River Natural Resource Area Pump Station Project - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Agreement with Pace Engineers Inc. in an amount not to exceed $172,855 to provide pump station design services for the Green River Natural Resources Area Pump Station Project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Public Works Department will be constructing a pump station at the Green River Natural Resources Area (GRNRA). This project will allow the GRNRA to accommodate additional stormwater during high flow events, to help prevent flooding in downtown Kent and nearby industrial areas. This pump station will be quite large; it will be designed to pump 30 cubic feet per second (cfs), or about 225 gallons per second of water with a future capacity of 50 cfs from the ponds and into the Green River during high flows. The pump station design will also include a fish/sediment screen to keep fish and sediment out of the pump station. Pump station design is a specialty engineering service that the City does not have the expertise to perform in house, and Public Works staff would like to retain Pace Engineers to perform this work. EXHIBITS: Scope of Work RECOMMENDED BY: Public Works Committee YEA: Ralph - Higgins - Albertson NAY: BUDGET IMPACTS: This project will be paid for with storm utility funds. There are no unbudgeted fiscal impacts. �li REQUEST FOR MAYOR'S SIGNATURE T Please fill in All Applicable Boxes B n f: ,)iW"ed by Director Originator's Name: Mark 'Madfai � Depngineering/Desi `n ` Extensin:o 5-- Date Sent: ,p°�/r D t/Div. E quired: r/°t4 - - Return to': Nancy Yoshitake CONTRACT TERMINATION DATE: 12/31/14 VENDOR. PACE Engineers, Inc. DATE OF COUNCIL APPROVAL: 12/10/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached agreement is for PACE to develop plans and specifications for the Green River Natural Resources Area Pump Station Project. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through;The Law Department 4W mpleted by.the Law Department) Received: �th Approval of Law Dept Law Dept..Comments: .i%J,I s :, t Date Forwarded to Mayor: y Shaded Areas To Be Completed By Administration Staff Received: sp ar`-' Recommendations and Comments: dY Disposition: t,�ty / r f1fyofKenj � . t Date Returned: