Loading...
HomeMy WebLinkAboutPW17-022 - Original - Green River Natural Resource Area - Green River Natural Resources Area Pump Station - 01/12/2017 < fa 4 �fa`ftie s , ntin KENT � WASH1NGTON � 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: Jacobs Engineering Group Inc. Vendor Number: JD Edwards Number Contract Number: r 1i - o 2-- 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: Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/17 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock Department: Engineering Contract Amount: $74,318.28 Approval Authority: (CIRCLE ONE) Department Director Mayor City Cosuncil _ Detail: (i.e. address, location, parcel number, tax id, etc.): Provide project evaluationa nd alternatives analysis for the project. _ As of: 08/27/14 KEN T CONSULTANT SERVICES AGREEMENT between the City of (Cent and Jacobs Engineering Group Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Jacobs Engineering Group Inc. organized under the laws of the State of Delaware, located and doing business at 600 108th Ave. NE, Suite 700, Bellevue, WA 98004, Phone: (425) 456-9784, Contact: Erik Brodahl (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 provide project evaluationa nd alternatives analysis for the Green River Natural Resources Area Pump Station Project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. 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, 2017. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Seventy Four Thousand, Three Hundred Eighteen Dollars and twenty eight cents ($74,318.28), 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 thirty (30) 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. 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. i 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. i 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) 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) i 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. 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. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT,_- �. X (signaZul'e) ,' (signature) Print Name: / t - Print Name: Suzette Cooke Its ' � its/ Mavor (title) p / DATE: aC. DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Erik Brodahl Timothy J. LaPorte, P.E. Jacobs Engineering Group Inc. City of Kent 600 1081h Ave. NE, Suite 700 220 Fourth Avenue South Bellevue, WA 98004 Kent, WA 98032 (425) 456-9784 (telephone) (253) 856-5500 (telephone) (425) 452-1212 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Keht Law Department ]aCobs-GRNR PS/Hallock CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ✓ ` r For: Titles Date: ' 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. 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 - 3 Exhibit A City of Kent SCOPE OF SERVICES GRNRA Pump Station and Force Main Project Evaluation and Alternatives Analysis ------------------------ Jacobs Engineering Group Inc. November 2016 1. PROJECT UNDERSTANDING Study Area Issues/Problems: The Green River Natural Resource Area (GRNRA) within the City of Kent is a 304-acre stormwater treatment, flood control and wildlife habitat area located within the Kent Valley. The project converted previous sewage treatment facilities to the current use in 1996, and includes a 35-acre lagoon, 20-acre constructed wetland, and three smaller pre-settling ponds (5.6 acres total). The GRNRA contains extensive plantings and provides trails, significant habitat, wildlife diversity and multiple uses. Flood flows in Mill Creek (a Class 2 salmonid stream and tributary to the Green River) are diverted through the GRNRA Diversion Channel to the GRNRA, and routed after treatment and detention by GRNRA through the Boeing Channel, back to Mill Creek. The GRNRA ponds are currently operating higher than the design target elevation levels, resulting in a loss of roughly 25% of the active flood storage capacity. Project Goals: • Provide pump station and force main system capable of diverting up to 50 cubic feet per second (CFS) from the GRNRA Lagoon to outfall to the nearby Green River, to maintain flood storage capacity, thereby reducing repeated flooding in the downtown Kent and nearby industrial areas. The pump station was part of the original concept for GRNRA permitted in 1993, but was not constructed due to funding shortages (based on Joint Aquatic Resources Permit Application [JARPA]). Select most feasible location for pump station, force main, and outfall to Green River. • Provide lower, more consistent water levels in the GRNRA Lagoon to benefit emergent vegetation and overall habitat (based on JARPA and discussions with City staff). Project Obiectives: The City has asked Jacobs Engineering Group Inc. (Jacobs) to evaluate the existing project concept, reviewing the existing materials prepared to date, the pump station sizing/function/ location, the force main layout, and the outfall location. It is our understanding that the City submitted a JARPA in June of 2015 for the project concept described above, and has received initial agency review comments. Jacobs will provide an alternatives analysis focusing on the location and alignment of the pump station, force main, and outfall facilities. Jacobs will provide Novembet 2016 Page 1 of 5 Jacobs Engineering Group Inc. confirmation of the concept and project definition prior to the City proceeding with the more detailed preliminary engineering (pre-design) phase. 2. ASSUMPTIONS This scope of work is based on the following assumptions: a. This project will consist of four phases: • Phase 1: Project Evaluation /Alternatives Analysis • Phase 2: Preliminary Engineering • Phase 3: Detailed Design Services • Phase 4: Construction Services b. The objectives, activities and deliverables described herein include the project evaluation and alternatives analysis only; separate scopes and budgets will be necessary for the remaining phases, and will be influenced by the outcome of Phase 1. Topographic survey and geotechnical studies will not be provided during this phase. c. The City has provided and will provide certain additional documents including the following: • JARPA and related documents and figures • JARPA agency review comments • Initial design drawings for pump station and force main • Wetland delineation information and reports • Water quality information and reports • Mitigation plans • Bank stabilization memo • Cultural resources report • Biological assessment report • Hydraulic modeling information for river and pump station • GIS data for project area 3. PROPOSED SCOPE OF WORK FOR PROJECT EVALUATION AND ALTERNATIVES ANALYSIS Task 100 — Project Management The purpose of this task is to provide oversight and management of the work including contract administration, quality review and assurance, and periodic communication with the City. Activities: Project Management Plan. The Consultant will prepare a Project Management Plan that will describe project background and purpose, include the project scope, schedule, budget, list of November 2016 Page 2 of 5 Jacobs Engineering Group Inc. relevant design standards, project-specific QA/QC plan, and project communication and administrative protocols. Project Administration. The following activities are included: • The Consultant will manage the project according to the Scope, Schedule, and Budget as defined in herein and as contracted. • The project schedule will be prepared using MS Project and will identify significant tasks and anticipated durations, significant milestones, and agency reviews and approvals. • The Consultant will monitor the schedule and prepare updates monthly, as necessary. • The Consultant will prepare a monthly progress report to accompany each monthly invoice. Progress reports will include a narrative of work completed, schedule adherence, budget adherence, and anticipated work for the next period. • The Consultant will develop and maintain an Action Item Log and a Decision Log throughout the project. Meeting agendas will include review of action items and significant decisions. Meeting notes will include a copy of the current logs. Action items will include action, responsible party, and resolution date. The Decision Log will be a record of all significant project decisions and it will be used throughout the project. Monthly progress reports will include a copy of the current Decision Log. Periodic Communication. The Consultant will maintain regular communication with the City's Project Manager to discuss and review information and issues that may affect the progress of the work. Communication may include phone conversations, scheduled meetings, and electronic communication. The Scope of Work includes one two-hour project management meeting per month for the Consultant Project Manager, including agendas and meeting notes. This Scope of Work includes an allowance of five (5.0) man-hours per calendar month for periodic communication to support the City's Project Manager in completion of the work. Deliverables: The following Deliverables are included in this Task: • Project Plan, Draft and Final, one electronic copy each. • Monthly Progress Report & Invoices. • Monthly Project Management meeting agendas and meeting notes. • Action Item and Decision logs. • Periodic communications documentation as requested. Quality Control The Consultant will implement quality assurance procedures so that project deliverables are subjected to in-house reviews prior to submittal to the City. These reviews will be conducted under the direction of the Consultant's Project Quality Assurance Manager, Manager of Projects, and Project Manager, and will focus on checking the major elements with respect to adequacy of response to the specific design challenges, conformance to accepted design practices, compliance with the City's standards and that the work is of professional quality meeting the customary standard of care. November 2016 Page 3 of 5 Jacobs Engineering Group Inc. Task 200 — Data review, Research, Alternatives Analysis The purpose of this task is to receive and review data prepared for and by the City; to review in more detail the proposed project concept, and to generate alternative recommended improvements to mitigate downstream flooding issues, focusing on the layout and locations of the pumps station, force main, and outfall, including the associated environmental implications. Assumptions: • The Consultant will use and rely on data and previous reports provided by the City for evaluation of the project. • The City will detail any concerns with the current project concept. • Services will not include topographic survey, geotechnical services, or wetlands field services. • A maximum of three alternative concepts/locations will be analyzed for mitigation of the flooding issues. Activities: Data Review. The City will provide copies of previous studies, information, and models for the project area. The Consultant will review the data and applicable reports. The Consultant will review and provide written comments on the information as required to clarify the basis of the work for Task 200. One 2-hour data review meeting is anticipated with the City and others as the City may require to discuss comments and clarify the basis of Task 200 work. This meeting will also serve as the kick-off meeting for this project. Site Reconnaissance. The design team will conduct up to two site visits to walk the project area to understand field conditions and potential project challenges. The City or other agency representatives may participate in the site visits and share project knowledge and concerns. The Consultant will coordinate with the City prior to conducting any site visits. Development of Alternatives. The Consultant will develop and display basic alternatives in conjunction with information from GIS mapping. One 3-hour workshop is planned to review alternatives for the location and layout of the pump station, force main, and outfall, and to make a shortlist of up to three alternative concepts. Alternatives Analysis. The Consultant will evaluate alternatives based on engineering, permitting, environmental and Order of Magnitude preliminary Construction Cost Estimates (feasibility level or "Class 5"), A draft Technical Memorandum, Alternatives Analysis, will summarize this information and provide the rationale for the alternatives for City review and comment, along with planning level cost estimates. A second 3-hour workshop is planned to review the draft Technical Memorandum with the City, including defining the main criteria for project selection and a weighted scoring system. Up to four team members from Consultant will attend the workshop. A preferred alternative will be selected as a result of the City review and subsequent meeting. The final Technical Memorandum will be incorporated into the Basis of Design Report, Task 300. November 2016 Page 4 of 5 Jacobs Engineering Group Inc. Deliverables: • Agenda and meeting notes, two meetings • Alternative Analysis, Draft and Final Technical Memorandum, digital (in PDF format) with two hard copies Task 300— Basis of Design Report The purpose of this task is to incorporate the findings of Task 200 into a Basis of Design Report that describes the recommended project for Phase 2 and beyond. Activities: Draft Basis of Design Report. The Consultant will compile and summarize the information reviewed and prepared in Task 200. A draft report will include the following elements: • Executive summary, • Design criteria, • Alternatives analysis, • Preliminary plans using GIS mapping, • Discussion of permitting and environmental implications, • Planning level cost estimates for the elements of the work, • Preliminary engineering scope and schedule. Final Basis of Design Report. The City will review and comment on the draft report. The Consultant will respond to comments and prepare a Final Basis of Design Report. Design Scope Development. The Consultant will develop a final Scope of Work for preliminary engineering. The Scope will become the basis of a contract amendment for Phase 2. Deliverables: • Draft Basis of Design Report, digital (in PDF format) with two hard copies • Agenda, workshop and meeting notes • Response to comments Final Basis of Design Report, digital (in PDF format) with two hard copies • Scope of work for Phase 2 END OF SCOPE OF WORK November 2016 Page 5 of 5 Jacobs Engineering Group Inc. a a:ei rta��eo�e Idol m g 9 o o w m.n A. a m 51 pang gooa� V sun.-MM-1 IV A A A Inn 2=1i4 $ i° t5s17 lmi r+91R+��f11W6dt. e,INaA�M�i t` R � �' r }�mllin�Sa�uo t z c i t =n ' i..,. &TO k a r. laauA4"a3,1'�kaSa '.ueaaga�udq�aH,' M out r ` mm m n f754�b3: �'37 88 a: not i A w will ,vmow f r' 4y y M� J To OUT, o C 5 TgSgeby.l' ".l�,flt/ W4,�4iA1 '; o a �r AG to O O O O a u 2 0 T� stillc x S a S n .K`o c� 2 I. O O v 6 = Eeu vonmo ao o` oo ouo zmm " f � r l 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. 2. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $3,000,000 per claim and $3,000,000 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 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. 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. - DATE(MMIDOIYYYY) ���® CERTIFICATE OF LIABILITY INSURANCE 01/11/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #0437153 1-212-948-1306 CONTACT NAME: Marsh Risk & Insurance Services PHONE 1-212-948-1306 CIRTS E. _Support®internal.jacobs.com � No Exe _ IAIG Not M 777 S. Figueroa Street ADDRESS _ .- INSURER(S)AFFORDING COVERAGE NAIC_N Los Angeles, CA 90017-5822 INSURERA: ACE AMER INS CO 22667 INSURED - _ INSURERS: -- _ Jacobs Engineering Group Inc. INSURER C C/O Global Risk Management INSURER D: 600 Wilshire Blvd., Suite 1000 INSURER E: Los Angeles, CA 90017 INSURER F: COVERAGES CERTIFICATE NUMBER:48928219 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR - - TYPE OF INSURANCE iADDL SUBR -- - POLICY EFF POLICY EXP LIMITS LTR .O WVD POLICY NUMBER M DDIYYYY MMIDDIYYYY A X COMMERCIAL GENERAL LIABILITY HDO G27853766 07/01/16 07/01/17 EACH OCCURRENCE $ 3,000,000 - DAMAGE TO RENTED - CLAIMS-MADE OCCUR PREMISES{Ea bcunbn,0 250,000 X CONTRACTUAL LIABILITY MED EXF(Any one person) $ 5,000 PERSONAL S ADV INJURY S 3,000,000 _GENT AGGREGATE LIMIT APPLIES PER'. GENERAL AGGREGATE. $ 3,000,000 a� PIOP AUGPOLICY PRO- LOC PRODUCTS-COM $ 3,000,000 JECT__. OTHER: _... S A I AUTOMOBILE LIABILITY ISA H09042398 07/Dl/16 07/Dl/17 EOMBINEEDI SINGLE LIMIT S 1,000,000 CI ANY AUTO BODILY INJURY(per parson) S ALL OWNED SCHEDULED BODILY INJURY(Per accldent) $ AUTOS AUTOS I_— NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Pcr arrlde,J - UMBRELLA LIAB OCCUR EACH OCCURRENCE S _ EXCESS LIAB _ CLAIMS MADEAGGREGATE DEO RETENTION S A WORKERS COMPENSATION ❑ NIA WEE C48605254 STOP-GAP C07/01/17 AND EMPLOYERS'LIABILITY 6'Z/O1/16 07/01/17 S ANTE. ER ANY PROPRIETOR/ ARTNERIEXECUTIVE Y/N I'll E.L.EACH ACCIDENT S1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatary re NH) EL DISEASE-EA EMPLOYEES 1,000,000 B yes,describe under, DESCHIPI ION OF OPERATIONS below IE.L.DISEASE-POLICY LIMIT $ 1,000,000 A PROFESSIONAL LIABILITY EON G21655065 007 07/01/16 1 07/01/17 IPER CLAIM/PER AGE 3,000,000 "CLAIMS MADE" (AGGREGATE (DEFENSE INCLUDED DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Atltlitional Remarks Schedule,maybe aHacbetl iF more space Is required) PROJECT HER: Erik Brodahl. CONTRACT MGR: Glenn Young. RE: Green River Natural Resources Area Pump Station Project. CONTRACT END DATE: 12/31/2017. PROJECT NUMBER: W3X76200. SECTOR: Public. City of Kent is added as an additional insured for general liability & auto liability as respects the negligence of the insured in the performance of insured' services to cart holder under contract for captioned work. Coverage is primary and certificate holder's insurance is excess and non-contributory. General Liability coverage includes the severability of interests/Cross Suits Liability provision in favor of the holder. *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY THE TERMS, CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT,* CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Ken Kent, WA 96032 USA ©1988.2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD nyumdo_newgalexy 48928219 ri II CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Insured Jacobs Engineering Group Inc. _ Endorsement Number 126 , Policy Symbol Policy Number Policy Period -- - Effective Date of Endorsement .3 HDO G27853766 07/01/2016 To 0 7/0112 01 7 Issued By(Name cf Insurance Company) ACE American Insurance Company �€ I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, j THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART i A, Subject to and eroding the General Aggregate Limit shown in the Declarations,for all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVERAGE A(SECTION 1), and for all medical expenses caused by accidents under COVERAGE C(SECTION 1),which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing f operations at such construction projects are hereinafter defined as "Your Projects"): 1.A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit Is equal to the amount required under written contract, but in no event greater than the General Aggregate Limit shown in the Declarations. I 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of"bodily injury"or"property damage"included in the"products- completed operations hazard", and for medical expenses under COVERAGE C,which damages and medical expenses can be attributed only to "Your Projects", regardless of the number of: a. Insureds; C b. Claims made or"suits" brought; or u c.Persons or organizations making claims or bringing "suits". 2 3, Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can € be attributed to"Your Projects' shall reduce the Construction Project General Aggregate Limit and shall also reduce and erode the General Aggregate Limit shown in the Declarations. 4. The limits shown In the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, such limits will be subject to the Construction Project General Aggregate Limit, as well as the General Aggregate Limit shown in the Declarations. j4 r B. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVERAGE A(SECTION I ), and for all medical expenses caused by accidents under COVERAGE C(SEC- TION I ),which cannot be attributed only to"Your Projects': 1.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable; and 2. Such payments shall not reduce the Construction Project General Aggregate Limit. C. When coverage for liability arising out of the"products-completed operations hazard" Is provided, any pay-ments for I damages because of"bodily injury" or"property damage"included in the"products-completed op-erations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If any one or more of"Your Projects'has been abandoned, delayed,or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. MS-22357(07/13) Copyright zof9 K% Page 1 of 2 is CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT E. The provisions of Limits Of Insurance (SECTION III ) not otherwise modified by this endorsement shall continue to apply as stipulated. - _w Authorized Agent MS-22357 (07/13) copyfightWl Paget oft t ADDITIONAL INSURED-AUTOMATIC STATUS Named Insured Jacobs Engineering Group Inc. Endorsement Number 119 Polley Symbol Policy Number Policy Period Effective Data of Endorsement HDO G27853766 07/01/2016 To 07/01/2017 Issued By(Name of Insurance Company) ACE Amorican Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE li Name of Person or Organization: Any Person or Organization for whom any Named Insured is required by written contract or agreement entered into prior to the loss to provide r insurance, where such written contract or agreement does not expressly identify a particular Insurance Service Organization Form to be applied to their additional insured status, Who is an insured (Section 11) includes as an additional insured the person or organization shown in the schedule, but the insurance shall not exceed the scope of coverage and/or limits of this policy. Notwithstanding the foregoing sentence, in no event shall the insurance provided such additional insured exceed the scope of the coverage and/or limits required by said contract or agreement; and, if such additional insured's scope of coverage is not expressly stated in such contract or agreement, then such coverage is limited to the additional insured's vicarious liability to the extent i directly caused by the Named Insured's negligence during the Named Insureds ongoing I� i operations, This insurance shall be Primary Insurance to the extent required by said contract or agreement, and any other insurance or self-insurance maintained by such person or organization shall be noncontributory with the insurance provided hereunder to i7 the extent specified in said contract agreement. li Where the contract or agreement provides that the additional insured's scope of coverage IS is for the named inaured'a indemnity obligations under such contract or agreement, then f such coverage shall be limited to the extent such indemnity obligations are enforceable under applicable law. Notwithstanding anything to the contrary, the coverage provided an additional insured under this endorsement shall be limited to the minim cc erage limits required to be provided by the named insured under the written contr c or agreement d dg L a Author!_ d Agent s k r r s 6 MS-15992(07114) Copyright 2011 Page 1 of 1 li 1 z g. ; ij 1 } ADDITIONAL INSURED — i DESIGNATED PERSONS OR ORGANIZATIONS I Named Insured Endorsement Number Jacobs Engineering Group Inc. 18 Ii ,_.._.. Paltry symbol Polley Number Policy Parted Eflecdve Date of Endorsement II ISA H09042398 07/01/2016 to 07/01/2017 Issued By(Noma of Insurance company) ACE American Insurance Company i polio Insert the policy number.The remainder of the Information is to be completed only when[his endorsement Is Issued subsequent to the preparation of the policy. ; i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additional Insured(s): Any person or organization whom 4ou have agreed to include as an additional Insured " under a written contract provided such contract was executed prior to the date of loss �1 A. For a covered "auto," Who Is Insured is amended to include as an "insured," the persons or organizations f named in this endorsement. However, these persons or organizations are an "insured" only for "bodily injury"or"property damage"resulting from acts or omissions of: 1, You. i 2. Any of your"employees'or agents. 3. Any person operating a covered "auto"with permission from you, any of your"employees" or agents. i B. The persons or organizations named in this endorsement are not liable for ament of your premium. I 'I SA4kAthc"rizedpresentative DA•9U74b 06/14 Page 1 of 1 �I NOTICE TO OTHERS ENDORSEMENT®SCHEDULE-EMAIL ONLY Named Insured Jacobs Engineering Group Inc, Endorsement Number 299 Policy Symbol Policy Number Policy Period Effective Date of Endorsement HDO G27853766 07/01/2016 To 07/01/2017 07/01/2016 Issued By(Name of insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the Informatlon Is to be completed only when this endatsonwnt is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium,we will endeavor, as set out below, to send written notice of cancellation,via such electronic notification as we determine, to the persons or organizations listed In the schedule that you or your representative provide or have provided to us (the "Schedule"), You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us an such Schedule. S. The Schedule must be initially provided to us within 15 days after, 1. The beginning of the Policy period, if this endorsement is effective as of such date;or li. This endorsement has been added to the Policy, If this endorsement is effective after the Policy period commences. C. The Schedule must be In an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule In our records as of the date the notice of cancellation is malled or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization Indicated In the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced In this endorsement is intended only to be a courtesy notification to the person(s) or organlzatton(s) named In the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown In the Schedule shall Impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy, G. We are not responsible for verifying any Information provided to us In any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule,we have no responsibility for taking any action under this endorsement. In addition, If neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I, You will cooperate with us in providing the Schedule,or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685(01111) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. r 0, Authorized Relkesentative I ALL-32685(01/11) Page 2 of 2 i i 1 NOTICE TO OTHERS ENDORSEMENT--SCHEDULE — EMAIL ONLY Named Insured ,Jacobs Engineering Group Inc, Endorsement Number j 133 t Policy symbol Polley Number Policy Plod Effective Date of Endorsement SA H09042398 07/01/2016 7o 07101/2017 j Issued By(Name of Insurance Company) r ACE American Insurance Company Insert the policy number.The rontalnUor of the Information is lc be wrnplated only when this endorsement Is Issued subsequent to the preparation of the polloy. F; u ri THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, e y A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"), You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: I. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, If this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. s D. Our delivery of the notiflcation as described In Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization Indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced In this endorsement Is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown In the Schedule shall Impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect Information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, If neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule,or In causing your representative to provide the Schedule, J. This endorsement does not apply in the event that you cancel the Policy. k I. jl� I li F iI ALL-32686(01111) Page 1 of it ) 4 i All other terms and conditions of the Policy remain unchanged. f Authorized R resentative ALL-32685(01/11) Page 2 of 2 it t.. li I l Workers' Compensation and Employers'Liability Policy nsured �k( . .._ ._...... I Named I Endorsement Number JAC06S ENGINEERING GROUP, INC. 155 NORTH LAKE AVENUE Policy Niimher PASADENA CA 91101 3 Symbol: WLR Number. C4$605254 Policy Period Effective Date of Endorsement 07-01-2016 TO 07-01-2017 07-01-2016 Issued By(Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY -- Insert lho polby number.The remainder of ilia infoana6on is fo be rexnpleted onlyWnen this endorsemsnt is issued subsuLuont tot he pn:paratlon of the policy. I NOTICE TO OTHERS ENDORSEMENT—SCHEDULE— EMAIL ONLY l A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic j notification as we determine, to the persons or organizations listed in the schedule that you or your representative c provide or have provided to us (the"Schedule"). You or your representative must provide us with the e-mail address Of such persons or organizations, and We will utilize such e-mail address that you or your representative provided to Lis on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, If this endorsement is effective as of such date; or it. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period j commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate, I Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal i obligation of any kind to any such person(s) or organization(&), Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, cur agents or representatives, will not extend any Policy cancellation date and will not negate any i r cancellation of the Policy. G. We are not responsible for verifying any information provided to us In any Schedule, nor are we responsible for any Incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, If neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. i� I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply In the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This Endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM,l7C and WI. u � Authorized Representative G Y ' WC990388(01/11) Pagel ii Ii ii THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. i Named Insured Endorsement Number Jacobs Engineering Group Inc. 5 Policy Symbol Policy Number Policy Period Effective Date of Endorsement EON G21655065 007 07/01/2016 to 07/01/2017 07/01/2016 Issued By(Name of Insurance Company) ACE American Insurance Company NOTICE TO OTHERS ENDORSEMENT—SCHEDULE A. If We cancel or non-renew the Policy prior to its expiration date by notice to You for any reason other than nonpayment of premium, We will endeavor, as set out below, to send written notice of cancellation or non-renewal via such electronic or other form of notification as We determine, to the persons or organizations listed in the schedule that You or Your representative provide or have provided to Us (the Schedule). You or Your representative must provide Us with both the physical and e-mail address of such persons or organizations, and We will utilize such e-mail address and/or physical address that You or Your representative provided to Us on such Schedule. B. The Schedule must be initially provided to Us within 30 days after: i. The beginning of the Policy Period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy Period commences. C. The Schedule must be in a format that is acceptable to Us and must be accurate. D. Our delivery of the notification as described in Paragraph A of this endorsement will be based on the most recent Schedule in Our records as of the date the notice of cancellation or non-renewal is mailed or delivered to You. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation or non-renewal date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation or non-renewal of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation or non-renewal to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon Us, Our agents or representatives, will not extend any Policy cancellation or non-renewal date and will not negate any cancellation or non-renewal of the Policy. G. We are not responsible for verifying any information provided to Us in any Schedule, nor are We responsible for any incorrect information that You or Your representative provide to Us. If You or Your representative does not provide Us with a Schedule, We have no responsibility for taking any action under this endorsement. In addition, if neither You nor Your representative provides Us with e-mail address and/or physical address information with respect to a particular person or organization, then We shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. With respect to this endorsement Our, Us or We means the stock insurance company listed in the Declarations, and You or Your means the insured person or entity listed in Item 1 of the Declarations page. All other terms and conditions of this Policy remain unchanged. Authorized Representative MS-36362(01/15) '', I i DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 01/11/2017 NAME OF INSURED: Jaaoba Engineering Group Inc. '.. SUPP(10100) p� �®®�^ REQUEST MAYOR'S SI ATU LL� RE • Routing Informations :(ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAIN DEPARTMENT) Approved by Director_ Originator: Toby Ha11Qck Phone (Originator): 5536 Date Sent: ii I1/1:q Rate Required: ,bsmL Return Signed Document to: Nancy Yoshtake Contract Termination Date: 12/31/17 VENDOR NAME: Date Finance Notified: �aCObS Engineering Group Inc. (Only required on contracts 1 Z/13/1 6 9 g p zo o0o and over or on an Grant DATE OF COUNCIL APPROVAL: 9 i Date Risk"Manager Notified:N/A 12/13/16 Re. wired on Non-City Standard Contracts A reements Has this Document been Specifically Account Number: Q�®� Authorized in the Budget? ® YES 1 N0 23 Brief Explanation of Document: The attached agreement is for Jacobs Engineering Group to provide project evaluation and alternatives analysis for the Green River Natural Resources Area Pump Station Project. L.A V C.' AH Contracts Must Be Routed Through The Law Department ('This area to be completed by the Law Dgartmenf Received! 6 Law DeV DER] r n le Date Forwarded to Ma or: Shaded Areas To Be Completed By Administration Staff Received; Recommendations and Comments:' A k is r is = I ,, Av Date Returned: 1 e�� /m5h�apumenrPmu nORoquea m ry rs ,R5, oo- I ® I T Agenda Item: Consent Calendar - 7J TO: City Council DATE: December 13, 2016 SUBJECT: Consultant Agreement with Jacobs Engineering Group, Inc. for Green River Natural Resource Area Pump Station - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Agreement with Jacobs Engineering Group, Inc. for the Green River Natural Resources Area Pump Station project not to exceed $74,318.28 subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Green River Natural Resources Area (GRNRA) features a regional stormwater detention and water quality improvement facility in the heart of the Kent valley. A series of ponds in the GRNRA collect and treat stormwater runoff from streets and buildings in the valley. High flows from Mill Creek are also directed to the GRNRA. The proposed stormwater pump station will increase flood storage in the ponds by pumping treated stormwater to the Green River, which will reduce flood risk along Mill Creek and other areas in the Kent valley. The firm, Jacobs Engineering Group, Inc. (Jacobs) was selected based on the firm's qualifications, qualifications of key personnel, and their experience with similar projects. This contract proposal with Jacobs is to evaluate project alternatives for the pump station sizing and location. Other future contract proposals with Jacobs may be presented for authorization as the project moves forward. EXHIBITS: Consultant Services Agreement RECOMMENDED BY: Public Works Committee YEA: Ralph, Fincher, Higgins NAY: BUDGET IMPACTS: Costs for this project are budgeted and will be paid from the stormwater fund.