Loading...
HomeMy WebLinkAboutEC17-101 - Original - Anchor QEA LLC - Contract - 02/23/17 om %///4�/� //��%i/%/i j �/��j/i/ //r�i/✓ / /;�///�ii% /%/i 40 Re `/ e m � KENT W0.9 H ONGTO1i Document­ CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed!. It you have questions, please contact the City Clerk's Office at 253-855-5725. Vendor Name: Anchor QEA LLC Vendor Number: JD Edwards lumber Contract Number: EC17-101 This is assigned by City Clerk's Office Project Name: Riverbend Downstream Stormwater Analysis & Assessment Description: ❑ Interlocal Agreement ❑ Change Order El Amendment El Contract [] Other Contract Effective Date: 2 23 2017 Termination Date:. 3/31/2017 Contract Renewal Notice (Days): Dumber of days required notice for termination or renewal or amendment Contract Manager: B. Wolters Department: Econ and Comm Dev. Contract Amount: 19 'g00.00 Approval Authority Z Director ❑ Mayor a City Council Meeting Date Detail: (i.e. address, location, parcel number, tax id, etc.): • KENT WAl...0,0M CONSULTANT SERVICES AGREEMENT between the City of Kent and Anchor QEA, LLC THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Anchor QEA LLC organized under the laws of the State of Washington , located and doing business at 720 Olive Way, #1900, Seattle, WA 98101 (206) 287-9130 (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: Exhibit A definds the professional engineering analysis services to be provided to the City of Kent by Anchor QEA, LLC. Task 1 Stormwater Facilities Data Review, Assessment, and Site Reconnaissance Task 2 Hydrologic Modeling Analysis for Peak Flows Estimation Task 3 Hydraulic Modeling Analysis for Water Surface Profiles and Downstream Conveyance Capacities Assessment Task 4 Summary Memorandum of Analysis Findings Task 5 Project Management, Meetings, and Quailty Control Review Deliverables will be parpared under the SOW Key Assumptions are included as the basis for the SOW and associated fee estimate incorporated and attached in Exhibit A 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 March 31, 3017. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $19,900.00 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 CONSULTANT SERVICES AGREEMENT - 1 ($20,000 or Less) 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 RCVV, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained 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 be[hma 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 ofRevenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (0BD 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 atits 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 tothis project, which may be used by the City without restriction. If the C|ty's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure tn 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 ufthe 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, The 0ty"s inspection or acceptance of any of Cmnou|tamt"a work when completed shall not be grounds to avoid any of these covenants oFindemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCVV 4'24.115, them, in the event ofliability for damages arising out ofbodily 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 tmthe extent of the Consultant's negligence, CONSULTANT SERVICES AGREEMENT - 2 (Over$2O,D00) Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The 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 CONSULTANT SERVICES AGREEMENT - 3 ($20,000 or Less) Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or 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. ComQliance 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. 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. CONSULTANT SERVICES AGREEMENT - 4 ($20,000 or Less) 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: z I By:_ By: /cl.gnature) U (signature) Print Name: --rv�a,�S 1,AJoVyA Print Name: Ben Wolters, Director Its: Eanj-�'z'r 0 (title) Its Economic & Community Development DATE: l 1-0 1-A- Department DATE: 2017 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Tom Wang Brennan Taylor, Development Engineering Mgr. Anchor QEA LLC City of Kent 720 Olive Way, #1900 220 Fourth Avenue South Seattle, WA 98101 Kent, WA 98032 (06) 287-9130[Insert Telephone Number] (253) 856-5591 (telephone) (telephone) (253) 856-6454 (facsimile) CONSULTANT SERVICES AGREEMENT - 5 ($20,000 or Less) 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. 1 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 Agreemient 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. S. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requiremients as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Q-e;-A- , i,(-C- Title: Date: i i EEO COMPLIANCE DOCUMENTS - 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. 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 ExibibitA 72o Dive Way,suAe 1900 &�k���(�R Seattle,r W= mng�neam1 — — 206287a130 0 EA����� February 16' 2OI7 EXHIBIT A SCOPE O�F SERVICES RIVERBEN[] DEVELOPMENT DOWNSTREAM STORMWATER HYDROLOGIC/HYDRAULIC ANALYSIS AND ASSESSMENT This Exhibit A` Scope of Services, defines the professional engineering analysis services tobe provided to the City of Kent (City), Development Engineering, Economic and Community Development by Anchor QEA, LLC (Anchor QEA), for the proposed Riverbend Development Downstream 6tornnvvater Hydrologic and Hydraulic Analysis and Assessment Services.All services will be completed in accordance with the terms of the executed Consultant Services Agreement (Agreement), at the direction of and in coordination with City staff. The City has requested that hydrologic analysis be completed within drainage 5ubbasinD along with associated hydraulic analysis of the City's trunk drainage system downstream from the proposed Riverbend development site (current golf course area) to assess potential project vvaterleve8change and conveyance capacity effects.The project ana|ysisreachisdefimed as extending south from the CitV's Green River Natural Resource Area (GRNRA) south along the 64th Avenue South, then west along South 240th Street, then south along the east side of Hogan Park to West Meeker Street, then west along West Meeker Street to the proposed development site,The following Scope of Work (SU\/V) is included to define the extent and basis for these services. Scope of Work The following tasks describe Anchor QEA's understanding of the City-requested services and schedule needs, together with deliverables and key assumptions as the basis for the expected |eve| of-effortandestimotedcostsforsen/icesunder1hisAgreennemt. Task 1 — StD[Q7m/OterFacilities /][Tta Review, Assessment, and Site Reconnaissance These services will provide data collection, review, and assessment as the basis for project hydrologic and hydraulic analysis services. This task will include the following specific services: • Review and assess City-provided Geographic Information System (GIS) drainage system infrastructure files and as-built drawing records for the project analysis reach ° Review existing drainage or related technical reports or other prior analysis findings ° Conduct 8 brief site reconnaissance of the project ana8ysisreachtVrevieweuistingstCrmweter conveyance facilities and associated hydraulic conditions w Define and summarize data gaps for City data collection efforts to fill those needs in support of the hydrologic and hydraulic modeling analyses February 16,2017 Page 2 Task 2—Hydrologic Modeling Analysis for Peak Flows Estimation These services will provide hydrologic analysis of that portion of drainage Subbasin Q that extends south along the project analysis reach, upstream from the GRNRA regional stormwater facility,to the southerly limits of the subbasin at SR-516.The purpose of this analysis will be to estimate recurrence interval peak flow estimates from the various subareas that contribute runoff to the project analysis reach.The hydraulic modeling will establish cumulative peak flow estimates for input to the project reach hydraulic analysis.The hydrologic analysis will be conducted using the MGS Flood continuous simulation hydrologic model, consistent with similar analyses conducted and assumptions included in the City's Drainage Master Plan (DMP)I.This task will include the following specific services: • Delineate drainage subareas (up to approximately eight subareas assumed) for runoff parameters characterization • Review prior DMP Subbasin Q land cover(e.g., impervious and pervious areas) under current conditions using recent aerial photography in comparison to 2007 DMP conditions,with major change areas identified and modified • Complete GIS intersection of delineated subareas with land cover and pervious area soils data to allow refinement in the prior Subbasin Q (DMP) hydrologic model inputs • Connect the network of drainage subareas to allow combining of incremental drainage system inflows along the project analysis reach (no storage routing is assumed) • Integrate high flow bypass design flows from the City's prior South 228th Street drainage improvement project • Perform hydrologic model simulations to generate recurrence interval flood flow estimates at key locations along the project analysis reach Task 3— Hydraulic Modeling Analysis for Water Surface Profiles and Downstream Conveyance Capacities Assessment These services will provide hydraulic modeling analysis of the project analysis reach.The purpose of this analysis will be to compute expected water surface profiles for recurrence interval peak flows in the project analysis reach downstream from the proposed development site.This will allow assessment of conveyance capacities and change in water levels associated with the proposed development runoff changes.The hydraulic analysis will be conducted using the HEC-RAS hydraulic model, consistent with similar analyses conducted for the GRNRA and assumptions included in the City's DMP. For pipeline segments beyond the limits of drainage channels and culverts, spreadsheet backwater analyses will be conducted. This task will include the following specific services: • Develop a HEC-RAS model for the project analysis reach including channel and culvert segments based on existing stormwater conveyance facilities size and elevation data provided by the City 1 Anchor Environmental,2008.Drainage Master Plan.Prepared for City of Kent.September 2008. February 16,2017 Page 3 • Conduct hydraulic modeling simulations for existing conveyance facility conditions using existing condition peak flow estimates, and with adjusted flow estimates based on the proposed buildout of the development site(with no on-site detention assumed) • Conduct spreadsheet hydraulic backwater analysis of existing box culvert and storm drain pipeline system segments along West Meeker Street,extending from the channelized section to the development site,to assess drainage system conveyance capacities • Compare resulting 25-year and 100-year water surface profiles to illustrate the effect of the proposed site development on downstream facility capacities and overbank flood level thresholds Task 4 —Summary Memorandum of Analysis Findings These services will provide a brief technical memorandum to summarize the Task 2 and 3 hydrologic and hydraulic analysis findings and proposed development downstream analysis reach effects.This would include a summary of expected conveyance/flooding problems and locations along the project analysis reach,for existing conditions compared to with the proposed development. Preliminary ideas on possible improvement solutions to assist in mitigation of downstream stormwater impacts will be included (modeling analysis of those is not included). This task will include the following specific services: • Prepare a draft technical memorandum including a description of analysis methods and key assumptions,a summary table of analysis results, a summary table of conveyance/flooding problem areas and solution ideas to mitigate those, and appended hydrologic and hydraulic model summary output • Review findings with the City staff and respond to City comments (assumed minor)with a revised final technical memorandum Task S— Project Management, Meetings, and Quality Control Review These services will generally include providing project management and coordination with City staff in the execution of services.This task will include the following specific services: • Provide project management. including project setup, City and project staff coordination, budget and schedule tracking, and invoice and status reporting • Attend one(2-hour) project meeting with City staff • Provide quality control (QC) review of project deliverables Deliverables The following deliverables will be prepared under the SOW: • A draft and final technical memorandum (electronic PDF format) to summarize the results of the SOW services as summarized under Task 4 • Hydrologic and hydraulic model files developed under the SOW February 16,2017 Page 4 Key Assumptions The following key assumptions are included as the basis for the SOW and associated fee estimate: • Services will be performed at the City's direction in accordance with the City-approved SOW and assigned budget up to the Agreement maximum allowable cost limit • City staff will provide complementary and coordinated services with Anchor QEA, including available topographic mapping for the drainage subbasin and project analysis reach, drainage system infrastructure GIS shapefiles, hydraulic structures design or as-built drawing records, open channel typical sections and grades (flowlines and top of bank elevations), and proposed development land cover and stormwater improvement features • Anchor QEA will develop models within the extent of the project analysis reach, and to a level of detail commensurate with answering to the City's needs for downstream assessment of expected development water level and hydraulic capacity change effects • Only a single analysis iteration will be completed to reflect conditions agreed to in the SOW and to assess potential effects of the development(additional analysis iterations, if requested by the City, may require assignment of additional project budget) • A single draft and final technical memorandum deliverable will be prepared, with response to comments assumed to be limited to a single day of effort Fee Basis and Estimated Cost of Services Exhibit A-1 provides a level-of-effort and associated fee estimate for project services identified in Tasks 1 through 5 above. Anchor QEA's standard service rates for the various staff labor categories are incorporated into the spreadsheet estimate. Estimated direct expense costs are also provided, including a 10% markup on outside expenses. No subconsultants are anticipated to be needed for this work, but if requested by the City through a modification to the Agreement,those services will also include a 10%markup.The maximum, not-to-exceed estimated cost for services under this SOW is $19,900. Schedule The schedule for completion of the SOW services is expected to be as follows: • Completion of draft deliverable within 3 weeks of notice to proceed (assumes City-provided information and drainage system data is available within 1 week of authorization • Completion of final deliverable within 4 weeks of notice to proceed (assume City comments are received within 3 days of the draft deliverable Attachments Exhibit A-1 Anchor QEA Fee Estimate for Riverbend Development Downstream Stormwater Hydrologic/Hydraulic Analysis and Assessment Exhibit A-1 Anchor QEA Fee Estimate a v.xn-v..n ,n uv-.n v, ,.M.n yr � --w— —wrwyr- rn.xrn x+..n in vx.ry m wn v^, - c a i �/ wr yr�.ry,n— -Wn Wv wn.va,.^`,rr vv �ywz Room ^"/ as . ca . . © a €aaa . r o 0 OR w au en es q w a o o a . o p. . o +7 ea r /%y� ��//'ir %/�//// p w• cr ",�' c, c: cs n t� m ® ram c nl m log / ///r V4 +n en�h tl1�/L Jh xm+n W Nt uT uY vh*fw.Vh '///��/ �r✓��j�ji// h'= o c. a o o a cs o sp r t7 �i/ ll%/�,%�� �; ra °•� e ,�,� ea r3 c>c. p a o a � '�' w � ,r.v..r .ry ME, if c alp 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 1185 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. EXHIBIT B (Continued) 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. 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. EXHIBIT B (Continued) 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.