Loading...
HomeMy WebLinkAboutPW16-366 - Original - Kennedy/Jenks Consultants, Inc. - Water Seismic Vulnerability Study - Contract - 10/10/2016 lV. '.tit RecordsT Document 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: Kennedy/Jenks Consultants, Inc. Vendor Number: JD Edwards Number Contract Number: PN 1� .-3(9-7— This is assigned by City Clerk's Office Project Name: Water Seismic Vulnerability Study Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: 10 Contract Effective Date: Date of the Mayor's signature Termination Date: 6/30/17 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Bryan Bond Department: PW Operations Contract Amount: $180,265.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Assess the seismic vulnerability of the City's water supply and distribution system. As of; 08/27/14 KEI T CONSULTANT SERVICES AGREEMENT between the City of Kent and Kennedy/Jenks Consultants, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Kennedy/Jenks Consultants, Inc. organized under the laws of the State of California, located and doing business at 32001 32nd Ave. S., Suite 100, Federal Way, WA 98001, Phone: (253) 835-6400, Contact: Jeffrey Foray (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 assess the seismic vulnerability of the City of Kent's water supply and distribution system. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. I 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 June 30, 2017. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed One Hundred Eighty Thousand, Two Hundred Sixty Five Dollars ($180,265,00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion, IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. i B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1,2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, In the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's 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 CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) F INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part, The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion, XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means 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 CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. i CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. 11 CONSULTANT CITY OF KENT: n —(signature) ( - i signature) Print Name: a r Pririt Nq e: Suzette Cooke Its Z=. i�j i L It t 'r Mayor nrrg)( � DATE: F3 I I C DATE: ' �l NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Jeffrey Foray Timothy ]. LaPorte, P.E. Kennedy/Jenks Consultants, Inc. City of Kent 32001 32"d Ave. S., Suite 100 220 Fourth Avenue South Federal Way, WA 98001 Kent, WA 98032 (253) 835-6400 (telephone) (253) 856-5500 (telephone) (253) 952-3435 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO)FORM(`, Kent Law Department Kennedy/Jenks-Seismic VWnerablli[y/bond I CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) i-: I 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. I I EEO COMPLIANCE DOCUMENTS - 2 i DECLARATION I 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: t For: Title: '- :_°m" 67, . cE > > Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT I This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: I For: Title: Date: i EEO COMPLIANCE DOCUMENTS - 3 i EXHIBIT A City of Kent Water Department Seismic Vulnerability Assessment Scope of Services Final Copy - 9/13116 Introduction This scope of work is intended to define work to be performed to assess the seismic vulnerability of the City of Kent (City) water supply and distribution system. The City water system includes a variety of facilities: • 287 miles of distribution system 3 transmission mains • 10 sources of supply • 9 storage facilities • 10 interties • 5 pump stations f 14 pressure reducing stations • 8 bridge crossings. The system will be evaluated for two earthquake scenarios, a magnitude 9.0 Cascadia Subduction Zone (CSZ) earthquake, and a magnitude 7.1 Seattle Fault earthquake. A Deep Benioff Zone scenario, similar to the 2001 Nisqually Earthquake was considered, but the ground motions are enveloped by the CSZ event. A Tacoma Fault scenario was considered, but it has a very low recurrence interval on the order of 4,500 years. The assessment will consider each facility and pipeline system for each of the two scenarios. An overall system assessment will be performed, showing the expected performance and recovery time for the particular scenario. The evaluation includes development of Level of Service (LOS) goals based on the LOS goals developed in the Oregon Resilience Plan, which is the recommended standard for northwest projects. The expected performance of the system for the two scenario events will be compared against those goals. Where there are deficiencies, mitigation measures will be developed and rough order of magnitude cost estimates prepared to implement those measures. Three levels of mitigation will be developed, one of which will be the baseline performance coupled with emergency response and recovery program enhancements (i.e., no capital improvements). Project Tasks Task 1 Project Management An internal project management plan will be prepared at the start of the project. The plan will include the project scope, task assignments and deliverables, project organization chart, team roles and responsibilities, communications protocols, project schedule, budget, project procedures including documentation, QA/QC Plan, health and safety plan, and other items as needed. Other PM tasks will include: • Prepare agendas, and draft and final notes for regular team project meetings with City of Kent staff. • Prepare monthly invoices. 1 L Coordinate work of prime, subconsultants, and other parties' input for production and quality assurance/quality control of deliverables. Deliverables - Draft and final meeting agenda and notes, monthly invoices and project status reports. Task 2 Develop Level of Service Goals The Oregon Resilience Plan will be used as a guideline for developing preliminary LOS goals. Recovery time frame goals for 30%, 60%, and 90% functionality will be developed. System function will be grouped into supply, transmission/backbone piping, water for fire suppression, critical services, drinking water distribution at selected areas throughout the service area, and distribution system restoration. A schedule to achieve the LOS goals will be included, which could take 50 years or more for completion. The LOS goals will be compared against the expected performance for the two scenarios, and for mitigation packages. Final LOS goals will be defined after the City has adopted a mitigation program. Deliverables— Draft LOS Goals; Final LOS Goals Input from the City of Kent —review both preliminary and final goals. Move the proposed mitigation packages through the Kent system. Task 3 Quantify Scenario Ground Motions and Earthquake Geotechnical Hazards Ground motions, including site amplification, will be developed for the two scenarios, CSZ M9.0 (approximately 500-year return), and Seattle Fault (approximately 1,000-year return), and delivered in GIS format. Ground motion intensities will be provided for both peak ground acceleration (PGA) and peak ground velocity (PGV). The ground motions will be based on published USGS scenarios. Liquefaction and landslide susceptibility mapping will be developed based on readily available hazard mapping from the State, County, and the City of Kent. Laterals spread mapping will be developed based on 8 selected representative locations in the valley. Probabilities of liquefaction allowing lateral spreading shall be provided for each scenario for each liquefaction and landslide hazard zone. Deliverables —ground motion, liquefaction and landslide probability, and peak ground displacement (PGD) mapping in GIS format and supporting documentation in a Technical Memorandum (Draft and Final), suitable for inclusion in the project report. Input from the City of Kent—City GIS mapping base map. 2 Task 4 Facility Assessment Facilities will be evaluated for ground motions and earthquake hazards for the two scenarios. Site visits will be made to each supply facility. The Tacoma Pipeline 5 supply will be based on information from the Tacoma Public Utilities. The springs will be evaluated considering the vulnerability of structures making up the spring collection system, and the geotechnical stability in the area of the springs. The wells vulnerability will be based on a groundwater well earthquake loss model developed by Donald Ballantyne considering the vulnerability of the well house, the well casing and screen, the pump and piping, power supply, potential contamination, and the connecting piping. For the 2121h St. WTP design drawing will be reviewed and vulnerability assessed for the two scenarios. Equipment and piping installations will be checked against the ASCE Seismic Design standards. The interties will be evaluated based on the liquefaction susceptibility at the facility location, and observations of the exposed piping in the vaults. Tank and reservoir drawings will be reviewed and site visits made to each facility. Information from the 1996 City's 1996 seismic report will be reviewed, and an assessment made using selected damage mechanisms identified in AWWA tank standards. The geotechnical engineer will be involved in the assessment of the buried reservoirs, and tank sites where slope stability is a potential issue. Deliverables — Draft and Final Technical Memorandum describing the evaluation processes and the findings for each facility for the two scenarios. Input form the City of Kent— Facility drawings and engineering reports that address seismic performance. Accompany project team members for site visits to facilities. Task 5 Pipeline Assessment Transmission, distribution backbone, and distribution pipe will be evaluated considering the hazard environment in which it is located and the pipe material/system from which it is made. Pipeline GIS mapping will be overlaid on PGV ground motion, liquefaction and landslide susceptibility (probability), and liquefaction lateral spread mapping (PGD). The PGV and PGD will be identified for each pipe section and output into a spreadsheet. Pipeline damage will be estimated in the spreadsheet using the American Lifelines Alliance (ALA) methodology. The number of leaks and breaks will be reported for each pipeline section (transmission/backbone) or pressure zone (distribution). The results will be input back into the GIS system and a map showing the pipeline vulnerability displayed. For critical transmission and backbone pipelines identified as being vulnerable, a more detailed analysis will be performed for up to 10 pipeline locations. Deliverables — Draft and Final Technical Memorandum describing the evaluation process and the findings for each of the two scenarios. GIS map showing the expected pipe performance for each of the two scenarios with the Technical Memorandum. Input form the City of Kent— Pipeline GIS database. i 3 Task 6 System Performance The system performance and recovery will be assessed in a workshop format. Facility and pipeline damage data will be reviewed. Working together, the Consultant and City of Kent staff will assess the operability of the system for both scenarios. Redundant supplies will be considered. If the system is not expected to remain functional, estimates will be developed for the expected time it would take to restore key facilities and pipelines that are not operable and required to make the system operable. Operability by pressure zone will be addressed. The repair times will be aggregated, and an estimate developed for recovery time. Deliverables — Draft and Final Technical Memorandum describing the evaluation process and system operability, recovery, and deficiencies that impact recovery findings Input from the City of Kent—Active participation in the Workshop. Information on the crew capacity (personnel, equipment, and repair materials) to repair pipeline failures following an earthquake. Task 7 Identify System Deficiencies, Develop Mitigation Alternatives, and Develop System Mitigation Programs Facility and pipeline deficiencies identified in Task 6 will be further evaluated and prioritized considering their risk—their vulnerability, impact on system operability (consequence of failure) and restoration time. Mitigation alternatives will be identified including emergency response elements (e.g. repair materials, mutual aid, etc.), work-@rounds strategies and equipment, facility upgrades, and facility replacement, or new facilities. This task will coordinate upgrades or expansion with other non-seismic system improvements. Three levels of system mitigation programs will be developed. One program will be developed to meet the proposed LOS documented in Task 2. Two additional less aggressive program alternatives would be developed as well. Projects will be generally distributed out over the proposed time frame. Each program will be tied back to the expected level of improvement (reduction in recovery time). Preliminary mitigation alternatives will be shared with City personnel at a workshop, and feedback on the various alternatives provided both during and following the workshop. Rough order of magnitude costs will be developed for each project and the three overall system seismic programs. This will allow the City to assess the value of proceeding with the three seismic mitigation program levels. Deliverables— notes from Mitigation Workshop. Input from the City of Kent— participation in a mitigation workshop and feedback provided. Task 8 Prepare Project Report A draft and final report will be prepared including the various Technical Memorandum prepared during the previous tasks. Deliverables — Draft and Final Reports 4 Input form the City of Kent— Review comments on the draft report consolidated into a single report. These comments can be provided in MS Word format including comments and edits. Assumptions j Project duration will be 8 months from Notice to Proceed Four hard copies of the draft and final report will be provided to the City. Other deliverables will be provided to City of Kent in electronic (.pdf) format. Engineers Estimates of Probable Construction Costs will be AACE Class 5. Number and type of facilities to be evaluated are limited to those as identified on the Proposal Fee Estimate. All water system information provided by the City to be returned to the City after completion of the project. Final versions of Technical Memorandum will be included with the final report. City of Kent staff to accompany Consultant staff to each site. Safety equipment and procedures necessary to access the site are the responsibility of the City. Consultant staff to provide required personal protection equipment. Background information (drawings, reports, etc.) to be provided by the City at one time. A single consolidated set of review comments will be provided by the City for each deliverable. Mapping deliverables will include providing GIS shape files and associated Geodatabase. Anticipated Schedule Milestones Notice to Proceed October 3, 2016 Task 2 LOS goals October 24, 2016 Task 3 Technical Memorandum November 14, 2016 Task 4 Technical Memorandum January 23, 2017 Task 5 Technical Memorandum January 30, 2017 Task 6 Technical Memorandum February 21, 2017 Task 7 Workshop March 13, 2017 Draft Report Aril 10, 2017 Final Re ort Ma 15, 2017 5 •lagel Wol� ,. , f i G $ $ $ K U sesu'e of N Ix e o m _ egnS - Z » a tlnslew e 000 9 i $ N 72P LL 9p➢O E 'Y dnllleW-gn ue�xoVA 4ee E y euegS n aauquegee 8 I, I wwop � uo0eleaa3 i` � logel d I I R R $ xf� $ 8 sotel161uIWVtl 8 im(Wd 'w L. ➢tlD � I SI➢ 0 9u6ewps3 so➢ � �i �=a geaivegaa,y m x E Inl6el 0 gwng6nl)S „ I V 3 Inedr ad C 6eled-Id ➢➢N➢ m S 2 N h i N N W m d ij n o y h m FO ➢ U � F F. F '� 1� 8 W o = E q5 � ° LL e q ➢ p W y a W E _ �m � o o � a fs i Nogelln0l $ i m a w N ea Inez 1 agn6 � is 'O lelol N Y leol $ E3 � y I11 Jngleyy ;e $ a�00 e�00 u dnq�elry-qnS e usolR PUs $ u eyg u ` S S S 8 Bmpinsuop w ¢ N' ouRryelR9 seB�ey� X W WOj � .� uo8el¢as3 m "mo 0 0o n o e g � lOteAerylWPtl a I £ 6 isewd F '.. a B w ^ n d OVB 9 _Asp �?'E � �vE SIO ^ «5E o all Bugewps3lso� 8 g.q `do v » m v yea�ueysayy � '� y � v � a m 101Rel yE ."Zug s z « d med53d II I E�P RwOd-Wd p v UEll •�3 N n > mgAm E a r. g c R N i LL Q 9 m K n E`�y 6 o z aR g :o m o s_lly6 a` EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident, 2. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit, I 1 EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. r A�®® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIVW1) 10/1/2017 1 9/21/2016 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 INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 t0 the certificate holder In Ileu of such endorsement(s). CONACT PRODUCER Lockton Companies NAME: 444 W.47th Street,Suite 900 -- FAz- IAI6NIJo 1111' _ _ (AIC Kansas City MO 64112-1906 EMAIL ADOREsa: (916)960-9000 _ INSURERS)AFFORDING COVERAGE NAIC q. _ INSURER A:Zurich American insurance Coinpany 16535 INSURED KENNEDY/JENKS CONSULTANTS,INC, INSURER a Travelers Property Casualty Co of America _ 25674 1372166 303 SECOND STREET,SUITE 300 SOUTH iNsuReR c.Lexgigton Insurance Company _ 19437 SAN FRANCTSCO CA 94107 INSURER D: _ - INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 14266575 REVISION NUMBER: XXXXXXX 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. -- AODL SUER --- POLICY EPP- - POLICY EXP ILTR TYPE OF INSURANCE POLICY NUMBER MMIDDW MMIDDA'YW LIMITS A X COMMERCIAL GENERAL LIABILITY Y N GL05533551 / 10/I/2016 10/1/2017 EACH OCCURRENCE $ 1000000 CLAIMS-MADE1XI OCCUR DAMAGE TO RENTED PREMISES RENTED nee) $ 1,000,000 MED EXP(Any one person) S 5,000 PERSONAL&ADV INJURY s 1,000.000 GERL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000 000 X] PRO- ❑ PRODUCTS-COMPIOP AGG $ 2,000,000 POLICY X JECT LOG - -- OTHER: $ 1,000,000 A AUTOMOBILE LIABILITY Y N BAP9326979 e 10/l/2016 10/t/2017 COMBINED SINGLE LIMIT - Ea eminent) $ i X ANYAUTO BODILY INJURY(Per person). $ XXXXXXX X OWNED SCHEDULED BODILYINJURY(Per acedea) $ XXXXXXX AUTOS ONLY _ AUTOS PROPERTY DAMAGE HIRED NON-OWNED $ XXXXXXX X AUTOS ONLY X AUTOS ONLY Per accident $ XXXXXXX B X UMBRELLA LAB X OCCUR N N ZUP15RO4499 10/l/2016 10/l/2017 EACH OCCURRENCE $ 1,000000 EXCESS LIAB CLAIMS-MADE AGGREGATE $_1,000,000 LED RETENTION$ $ XXXXXXX A AND EMPLOYERS'LIABILITY(,WORKERS COMPENSATION N WC9326A7N 10II/20I6 10/1/2017 X STATUTE ER ' YI N ANY PROPRIETOR/PARTNEMEXECUTIVE NIA (Mandatary in NH) '. EL EACH ACCIDENT $ I,000,000 OFFICERIMEMBER EXCLUDED( jEL.DIGEASE-EA EMPLOYEE 1,000,000 - - Ilya"describe under EL DISEASE-POLICY LIMIT $ 1 000 000 DESCRIPTION OF OPERATIONS belmv C PROFESSIONAL N N 026154151 10/1/2016 10/l/2017 $2,000,000 PER UAL CLAIAGGREGATE LIABILITY DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE:SEISMIC VULNERABILITY ASSESSMENT.THE CITY OF KENT IS AN ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY,AND THESE COVERAGES ARE PRIMARY,AS REQUIRED BY WRITTEN CONTRACT.THE,ADDITIONAL INSUREDS'OWN COVERAGE IS EXCESS OF AND NON-CONTRIBUTORY WITH THE GENERAL LIABILITY,AND ON THE AUTO LIABILITY AS RESPECTS THE USE Of VEHICLES OWNED BY KENNEDY/JHNKS CONSULTANTS,INC WHERE REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION See Attachments 14266575 CITY OF KENT SHOULD ANY THE ABOVE DESCRIBED POLICIES CANCELLED BEFORE THE EXPIRATION N DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 WEST GOWE ACCORDANCE WITH THE POLICY PROVISIONS. KF,NT WA 98032 AUTHORIZED REPRESENTATIV Al 4!>0 ©19881015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: GL05833581 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) _ Location(s) Of Covered Operations THE CITY OF KENT WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s)shown in the Schedule, but only with exclusions apply: respect to liability for "bodily injury", "property This insurance does not apply to"bodily injury" damage' or "personal and advertising injury" or"property damage"occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions;or equipment furnished in connection with 2. The acts or omissions of those acting on your such work, on the project (other than behalf; service, maintenance or repairs) to be in the performance of your ongoing operations for performed by or on behalf of the additional the additional insured(s) at the locations) insured(s) at the location of the covered designated above. operations has been completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or law,and subcontractor engaged in performing If coverage provided to the additional insured is required operations for a principal as a part of the by a contract or agreement, the insurance afforded to same project. such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Attachment Code: D501716 Certificate ID: 14266575 I C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III - Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most applicable Limits of Insurance shown in the we will pay on behalf of the additional insured is Declarations. the amount of insurance: 1. Required by the contract or agreement; or Attachment Code:D501716 Certificate M 14266575 POLICY NUMBER: GLO5833581 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS I This endorsement modifies insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART I SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Or Organization(s) Completed Operations THE CITY OF KENT WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include B. With respect to the insurance afforded to these additional as an additional insured the person(s) or insureds,the following is added to Section III -Limits Of organization(s) shown in the Schedule, but only with Insurance: respect to liability for "bodily injury' or "property If coverage provided to the additional insured is damage" caused, in whole or in part, by "your work" at required by a contract or agreement, the most we the location designated and described in the Schedule will pay on behalf of the additional insured is the of this endorsement performed for that additional amount of insurance: insured and included in the "products-completed 1. Required by the contract or agreement; or operations hazard". However: 2. Available under the applicable Limits of Insurance shown in the Declarations; 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and whichever is less. If coverage provided to the additional insured is required by a This endorsement shall not increase the applicable contract or agreement,the Insurance afforded to such Limits of Insurance shown in the Declarations. additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Attachment Code:D501717 Certificate ID: 14266575 CG 20 37 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: BAP9326879 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE I Name Of Person(s) Or Organization(s): THE CITY OF KENT WHERE REQUIRED BY WRITTEN CONTRACT Information re uired to com fete this Schedule if not shown above will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.I. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. Attachment Code:D501718 Certificate ID: 14266575 CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: ZUP15R04499 Amendment of Limits of Insurance and Other Insurance Clause for Described Persons or Organizations 1. The following replaces section IV. Definitions J. Insured, Paragraphs 2. and 5., but only with respect to any person or organization listed in the Schedule below: Any person or organization that is listed in the Schedule below is an Insured but only: a. With respect to liability for Bodily Injury or Property Damage caused, in whole or in part, by your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of Your Work to which the written contract requiring insurance applies for such Insured; and b. If such person or organization is included as an Insured under any Scheduled Underlying Insurance or Scheduled Retained Limit. 2. The following is added to section VII. Conditions L. Other Insurance: L. Other Insurance Nor will we apply this provision to any person or organization listed in the Schedule below if: 1. Such person or organization qualifies as an Insured under section IV. Definitions J. Insured 2. or 5. of this agreement; 2. You have agreed in a written contract or agreement with such person or organiation that this policy will apply before any Other Insurance; and 3. The Scheduled Underlying Insurance or Scheduled Retained Limit applies to such person or organization on a primary and noncontributory basis. If these conditions are met, then this policy will apply to such person or organization before any Other Insurance, but only to the extent that the minimum limits of liability required by such written contract or agreement exceed the applicable limit of the Scheduled Underlying Insurance or Scheduled Retained Limit, subject to the Limits of Insurance stated in Item 3. of the Declarations of this policy. 3. The following is added to section III. Limits of Insurance B.: However, with respect to any person or organization listed below in the Schedule, the most we will pay for all damages covered under Insuring Agreement I. Coverage shall be the lesser of the following to the extent they exceed the applicable limits of the Scheduled Underlying Insurance or Scheduled Retained Limit: 1. The minimum limits of insurance required in the contract or agreement between you and such person or organization; and 2. The limits of insurance stated in Item 3. of the Declarations. Attachment Code: D491162 Ceitificate ID: 14266575 i Schedule of Described Persons or Organizations i ANY PERSON OR ORGANIZATION FOR WHOM YOU HAVE AGREED WRITTEN CONTRACT OR AGREEMENT THAT THIS POLICY SHALL APPLY TO THEM BEFORE ANY OTHER INSURANCE Schedule of Designated Locations Only those locations designated in the written contract or agreement referenced directly above. All other terms of your policy remain the same. Attachment Code:D491 162 Certificate iD; 14266575 REQUEST FOR MAYOR'S SIGNATURE f 'ol, �T 1 Routing Information: (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) pv ApproveJby Direc Originator: Ph (Originator); Bryan Bond one 5662 Date Sent: ta5ta Date Required: toga3 Return Signed Document to: Nancy Yoshitake Contract Termination Date:6/30/17 VENDOR NAME Date Finance Notified: ���� Kennedy/Jenks/Jenks Consultants, Inc (Only required on contracts y 20 000 and over or on an Grant DATE OF COUNCIL APPROVAL: Date Risk Manager Notified N/A 10/4/J q 16 (Required on Non-City Standard Contracts A reernents Has this Document been Speciflcall Account Number: W 20025 Authorized in the Budget? a YES UNO Brief Explanation of Document: The attached agreement with Kennedy/Jenks is to assess the seismic vulnerability of the City's water supply and distribution system. All Cots; a T ough The Law Department (This area to be completed by the Law DepartmentL G,`,i",:,, - .r ,y ....� Received: Approval of Law Dept,: ; Law Dept Comments: Date Forwarded to Ma oI : Shaded Areas To Be Completed By Administration Staff Received, ,Recommendations and Comments: Disposition: Date Returned: [tP ocv..In9Jte9 I IIIx, y-UW , ® I ENT Agenda Item: Consent Calendar - 7G WASHINGTON TO: City Council DATE: October 4, 2016 SUBJECT: Consultant Services Agreement with Kennedy/Jenks Consultants for Water System Seismic Vulnerability Assessment - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Agreement with Kennedy/Jenks Consultants in an amount not to exceed $180,265 to complete a Water System Seismic Vulnerability Assessment, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: An earthquake vulnerability assessment was last conducted for the City water system in 1996. Since 1996, several high magnitude earthquakes have occurred worldwide including the 8.6 magnitude (M) Sumara, Indonesia earthquake (March, 2005); the 8.8M Bio-Bio, Chile earthquake (February, 2010); the 9.OM Sendai, Japan earthquake (March 2011); and the 9AM Sumara, Indonesia earthquake (December 2004). Recent earthquakes closer to home include the 6.1M Napa, California earthquake (August, 2014) and the 6.8M Nisqually, Washington earthquake (February 2001). These earthquakes have provided engineers and scientists a greater understanding of how to study, model, and predict how infrastructure reacts to ground movement, Kennedy/Jenks will analyze our water facilities (buildings, reservoirs, & sources) and distribution system piping for two locally anticipated earthquake scenarios: the Cascadia Subduction Zone and Seattle fault. The final report will include recommended improvements with planning level cost estimates. EXHIBITS: Consultant Services Agreement RECOMMENDED BY: The Public Works Committee YEA: Fincher, Ralph NAY: BUDGET IMPACTS: Funding for this contract was budgeted through the Water Capital funds. Corporations: Registration Detail - WA Secretary of State Page 1 of 2 KENNEDYQENKS CONSULTANTS,INC. UBI Number 600121384 Category REG ',.Profit/Nonprofit Prori[ Active/Inactive Active State Oflncorporadon CA 'WA Filing Date 1D/05/1972 Expiration Date 10/31/2016 '..Inactive Date Duration Perpetual Registered Agent Information Agent Name CT CORPORATION SYSTEM Address 505 UNION AVE SE STE 120 City OLYMPIA State WA ZIP 98501 Special Address Information Address City State ZIP Governing Persons Title Name Address i PresidentChairman,Director LONDON,KETH THREE BETTERWORLD CIRCLE SUITE 20D TEMECULA,CA 92590 Secretary WEIDEN,DONALD ,303-21ND STREET SUITE 300 SOUTH TOWER SAN FRANCISCO,CA 94107 I Treasurer I PILKINGTON,JOHN BEGS GRANITE RIDGE DRIVE SUITE 210 SAN DIEGO,CA 92123 Vice President MACFABE,SCOTT 1515 EAST WOODFIELD ROAD SUITE 360 SCHAUMBURG,IL 60173 . Vice President,Director TORMAN EN,TRAVIS 2005W MARKET STREET SUITE 500 1 PORTLAND,OR 97201 Vice President ',.LICITLY,CRAIG 20D FOURTH STREET '.. j SUITE 210 SANTA ROSA,CA 95401 Vice President O'BRIEN,SEAN ONE HIGHWOOD DRIVE BLDG 1,SUITE 301 TEWKSBURY,MA 01876 Vice President III,YANG,EDWARD '..300 NORTH LAKEAVENUE 'L.SUITE 1020 L. I PASADENA,CA91101 1 Vice PresidetA Director !KENNEDY,LAURA 303-214D STREET SUITE 300 SOUTH TOWER I SAN FRANCISCO,CA 94107 Vice President GODLEWSKI,MELISSA 639 HELENA AVENUE 'L.SUITE to HELENA,MT 59601 httns://wcvw.sos.wa.00v/corns/search detail.asux.ubr 600121384 10/6/2016 I r Corporations: Registration Detail - WA Secretary of State Page 2 of 2 Vice President WYCKOFF,JOHN 303-2ND STREET SUITE 300 SOUTH TOWER I SAN FRANCISCO,CA 94107 f Vice President 1 HUSTON,PATRICK 865 GRANITE RIDGE DRIVE SUITE 210 SAN DIEGO,CA 92123 Vice President ',i SAVARD,JEFFREY 2775 N VENTURA ROAD SUITE 10n ',.. OXNARD,CA 93036 Vice President GRAVES,NATHAN A 120D SW MARKET STREET,STE 500 PORTUND,OR 97201 Vice President KISTNER,EDWARD C 32001 32ND AVENUE SOUTH#10D FEDERAL WAY,WA 98001 Vice President SCHREINER,TYC 3200132ND AVENUE SOUTH#100 ',... FEDERAL WAY.,WA 98001 Vice President HEN DERSON,DOUG LAS 303-2ND STREET .SUITE 300 SOUTH TOWER �..SAN FRANCISCO,CA 94107 I https://www.sos.wa.gov/corps/search detail.aspx?ubi=600121384 10/6/2016 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. 1, the undersigned, a duly represented agent of Ken n:ildy/Jenks Cang Ital3ts, Company, hereby acknowledge and declare that the before-mentioned' company was the prime contractor for the Agreement known as 113grabifily - MJi1t!gr 5,U.il 1,y and.-Miltribution SysteM that was entered into on the G12hA1 19, 29!10 (date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations, as outlined in the City of Kent Administrative Policy 1,2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1