Loading...
HomeMy WebLinkAboutPW17-404 - Original - Anchor QEA LLC - Naden Ave Site Improvements - 07/22/2017 l ✓�% 1/ 4C7 l� fi /: io g / r s M a 0 .N T Document WA S H INGTON I w 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: Anchor QEA, LLC Vendor Number: .JD Edwards Number Contract Number: FW I-1- 0 This is assigned by City Cleric's Office Project Name: Laden Ave.. Site Improvements Description: 0 Interlocal Agreement © Change Order CJ Amendment E Contract Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 1 /31/17 Contract Renewal. Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Thomas Leyrer Department: Engineering Contract Amount: $35,000.00 Approval Authority: (CIRCLE ONE) Department Director (FY o r City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Evaluate expected stormwater requirements for the Naden Ave Property. As of: 08/27/14 Y KENT 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, Suite 1900, Seattle, WA 98101, Phone: (206) 287-9130, Contact: Gerald Bibee (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 preliminary evaluation of expected stormwater requirements for the Naden Site Improvements 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 Thirty Five Thousand Dollars ($35,000.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. •IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's negligent performance of this Agreement. -The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. 'IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) 1 INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES 'FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. ;Modiflg6flon. No wdlve;r, alteration, or modification of any of the prpylslons 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 Lawa. 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 thetity 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. J / CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) K. Counterparts andL5j_qnatgjres_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 thiis 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 By: 6By: (sjgnature) (signature) Print Name: i nt N rne: Suzette Cooke Its Ek Tr n-2.,J L- its Ma or (title) DATE:. DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Gerald Bibee Timothy J. LaPorte, P.E. Anchor QEA, LLC City of Kent 720 Olive Way, Suite 1900 220 Fourth Avenue South Seattle, WA 98101 Kent, WA 98032 (206) 287-9130 (telephone) (253) 856-5500 (telephone) (206) 287-9131 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department Anchor QEA-Naden/LLyrar 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., 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 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. S. 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: 'ell I/teyKj4--) 04VKAy-- f_� For: 61elw Q-94 L-L Title: 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 - 3 720 Olive Way,Suite 1900 ANCHOR Seattle,Washington 98101 Q 206.287.9130 EA July 6, 2017 EXHIBIT A SCOPE OF WORK FOR CITY OF KENT PUBLIC WORKS NADEN AVENUE PROPERTY SITE DEVELOPMENT STORMWATER REQUIREMENTS PRELIMINARY EVALUATION PROJECT This Exhibit A, Scope of Work, defines the professional engineering services to be provided to the City of Kent(City) Public Works Engineering Department by Anchor QEA, LLC, for the proposed Naden Avenue Property Site Development Stormwater Requirements Preliminary Evaluation Project (Project).All services will be completed in accordance with the mutually agreed-to terms of the City's Consultant Services Agreement (Agreement) with Anchor QEA, at the direction of and in coordination with City staff, The City has requested assistance with the evaluation of expected site stormwater requirements, including site drainage improvement needs, and off-site discharge connection and possible drainage mitigation options associated with site development alternatives for the City's Naden Avenue property. The site is generally located east of SR-167 and west of the Interurban Trail, between West Meeker Street and Willis Street (SR-516), The City indicated that the site contains approximately 9.7 acres of primarily undeveloped property with existing roads,trails, and a few existing structures. Recent site planning conducted for the City' has identified various site development scenarios and preferred site development options consisting of a hotel, medical offices, mixed-use retail, and multi- family dwellings, including associated parking and the relocation of Naden Avenue to the east side of the site to meet site access requirements.The initial site development is focused on the south portion of the site where the hotel site development is proposed.The City Economic and Community Development Department is interested in determining potential stormwater requirements and facility needs using a conservative version of the preferred site development scenario to achieve the following: • A hierarchy of site stormwater control improvement options based on technical and cost feasibility that also considers their complexity and timing requirements for implementation Downstream discharge options, including hydraulic capacities to convey improved site runoff, and off-site storage and treatment opportunities and their limitations, beyond what can be achieved with on-site drainage improvements • Environmental permitting considerations and expected timing to secure approvals associated with site stormwater improvements discharge options • Fatal flaws,challenges, and possible vulnerabilities of the various stormwater control options considered Walker/Macy,2017.Naden Site Planning Workshop.Prepared for City of Kent.March 13,2017. July 6,2017 Page 2 Based on the City's Drainage Master Plane(DMP),the site is located partially within drainage Subbasin Q04 that drains to West Meeker Street storm drainage system and downstream to the Green River Natural Resource Area and Mill Creek.The site is also partially within Subbasin CO2, which, if connected to that drainage system (to be confirmed),drains to a crossing of SR-167 south of Willis Street, and subsequently to a downstream Green River outfall near the West Valley Highway Crossing. Other City drainage systems present in the site vicinity include a north-south trunk storm drain located to the east in 4th Avenue North,which discharges to a Mill Creek outfall along 76th Avenue South (serving Subbasin A13); a trunk storm drain in 74th Avenue South to the south leading to a Green River outfall at Foster Park(serving Subbasin CO3);and a trunk storm drain in Washington Avenue South to the west,with discharge to the Green River at that crossing (serving Subbasin C01). The potential for off-site stormwater connections to those systems will be considered at a conceptual level as part of this work. The initial Phase 1 services will include a preliminary screening-level evaluation of drainage improvement options to identify a City-preferred alternative to serve the initial development of south site area, along with a similar coordinated plan for drainage improvements to serve future development of the north site area. The following Scope of Work(SOW) is included to specifically define the extent of these Phase 1 Project services,along with expected deliverables, key assumptions, and schedule as the basis for the appended fee estimate. Anchor QEA understands that the City may request that additional follow-on services be conducted to provide more detailed analysis and evaluation of drainage improvement options. If so, it is understood that those services would be authorized through an amendment of this Agreement. Scope of Work For the SOW task items outlined below, the City will provide (via e-mail)a notice to proceed before beginning work on the identified tasks. Task 1 —Site and Drainage Data Review and Assessment, Base Map Preparation These services will provide drainage data collection, review, and assessment, including base map preparation (for figures) as the basis for Project drainage analysis, evaluation,and reporting of findings. Services under this task are expected to include the following: • Review and assess City-provided Geographic Information System (GIS) mapping and drainage system files along with as-built drawing records for the site area and existing downstream drainage systems (all as provided by the City). • Review site planning documents and drainage-related reports (as provided by the City),along with prior drainage system analysis conducted for the City's DMP. 2 Anchor Environmental,2008.City of Kent Drainage Master Plan.Prepared for City of Kent.September 2008. July 6,2017 Page 3 • Review site utilities data that could potentially influence the feasibility of on-site stormwater improvements and off-site discharge connection options. • Prepare an improvements area GIS-sourced base map for use in figures depiction based on available data provided by the City. Meetings with City staff associated with these services will be conducted under Task 5. Task 2- Preliminary Hydrologic Analysis of Site Development Stormwater Runoff These services will provide preliminary hydrologic modeling analysis of the site development area to estimate recurrence interval runoff peak flow rates and volumes associated with existing site conditions and the City-preferred site development plan land cover and phases(e.g., southerly half only and full site development scenarios).The findings of this analysis will be used in subsequent tasks to assess the site development stormwater improvement requirements and their associated technical and cost feasibility for various off-site discharge options to be considered.The hydrologic modeling will be conducted using the MGS Flood continuous simulation hydrologic model, consistent with similar analyses conducted and assumptions included in the City's DMP.This task will include the following specific services: • Delineate site drainage subareas for runoff parameters characterization. • Estimate existing land cover(e.g., impervious and pervious areas) and soils conditions using recent aerial photography and available site soils and geology data. • Estimate improved land cover for the partial and full site development for the collective site drainage subareas,as interpreted from site development figures/data provided by the City. • Combine and route simulated site runoff to the various discharge locations under consideration. • Perform hydrologic model simulations to generate recurrence interval peak flow estimates at key locations within the Project site and at proposed off-site discharge locations. • Consider surrounding off-site drainage run-on through its capture in or bypass around proposed site drainage improvements. • Summarize hydrologic analysis results in tables for comparison of site development options. • Document the site drainage subareas and land cover/soils characterization used for analysis in a GIS-based figure to correspond to the tabulated analysis results. Meetings with City staff associated with these services will be conducted under Task 5, Task 3 -Initial Screening-Level Hydraulic Evaluation of Opportunities and Limitations for Stormwater Discharge Options These services will provide a preliminary screening-level hydraulic evaluation of site development discharge options and expected stormwater control facility needs.This work will be conducted in coordination with City staff considering prior DMP and more recent analyses of nearby downstream July 6,2017 Page 4 drainage systems with possible site connections(up to four options will be considered).The technical feasibility evaluation will consider downstream controlling flood levels; hydraulic capacities of existing downstream conveyance facilities; site storage (flow control and GRMA 100-year, 7-day) and treatment needs (including any off-site existing facilities that potentially satisfy those needs); and roadway, railroad, and possible major utility conflicts to implement off-site drainage connections. Concept-level preliminary cost opinions of stormwater facility needs for the site discharge options will also be made. Potential stormwater discharge permitting implications and likely timing to gain approvals will also be considered.This task is expected to include the following specific services: • Review existing drainage systems (up to four maximum) and connections feasibility as affected by site topography, existing drainage facilities sizes and vertical alignment, flood level, City properties and right-of-way, and potential major utility conflicts among other factors. • Conduct preliminary checks for expected improvements conveyance capacity adequacy for site drainage connections. • Develop up to two GIS-based figures to illustrate site discharge options and potential on-site and off-site stormwater control facility needs. • Develop concept-level (order-of-magnitude)construction cost opinions for site development stormwater discharge options. • Summarize potential site discharge options permitting implications and likely timing for approvals. • Consider site grade changes (i.e.fill)for drainage and connection feasibility(assumes City to evaluate site grading change needs and fill quantities). • Provide a recommendation for minimum site elevation based on proposed downstream drainage connection. • Summarize results,findings, and recommendations in a memorandum together with Task 4 findings. Meetings with City staff associated with these services will be conducted under Task 5. July 6,2017 Page 5 Task 4 - Preliminary Assessment of Site Development Stormwater Control Requirements These services will provide a preliminary assessment of site development stormwater control requirements needed to comply with the City's current Surface Water Design Manua13 (SWDM).This will focus only on SWDM Core and Special Requirements and their likely applicability to the City's proposed site development. Potential requirements will be summarized with uncertainties in interpretation noted due to the conceptual nature of the initial drainage evaluation.This task is expected to include the following specific services: • Review and develop a tabular summary of the City's SWDM Core and Special Requirements with comments on the expected applicability of those requirements to the proposed site development; note potential site development implications and limitations to implement those requirements. • Consider possible site elevation changes (i.e.fill) in determining detention options. Provide conceptual site stormwater facility needs and rough sizing for required onsite detention,treatment,and low-impact development facilities such as vaults, bioswales, raingardens, and filter strips. • Prepare a combined memorandum to summarize the Task 3 and Task 4 findings and recommendations. Meetings with City staff associated with these services will be conducted under Task 5. Task 5— 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 is expected to 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. Prepare for and attend up to two one-half day meetings with City staff(typically two staff); prepare a summary of meeting discussions. Provide quality control review of project deliverables. s City of Kent,2017.City of Kent Surface Water Design Manual.March 18,2017, July 6,2017 Page 6 Deliverables The following key deliverables will be prepared under this SOW: • Task 1—Data requests to the City for information needed to complete services; GIS-sourced base map for use as site development stormwater figures base (PDF format) • Task 2—Hydrologic analysis models for site development options (PDF format); site hydrologic analysis results summary tables (PDF format); one figure to document site development hydrologic analysis conditions (PDF format) • Task 3—Two figures to document site and off-site expected stormwater facility needs for site and off-site drainage discharge options (Word and PDF format);concept-level construction cost opinions for stormwater control discharge options (Excel and PDF format) • Task 4—Memorandum to document City SWDM expected Core and Special Requirements applicability for site development combined with Task 3 findings summary (Word and PDF formats) • Task 5 —Monthly Project status reporting and invoicing; meeting summaries(e-mail format) 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 providing available mapping for the site development and nearby off-site areas, affected drainage subbasin and current existing drainage system GIS shapefiles, design or as-built drawing records of affected existing drainage systems, and other site development and drainage reports pertinent to site development stormwater evaluation. • Hydrologic models developed for the site area will be commensurate with the City's DMP and the Project conceptual-level evaluation;additional, more detailed hydrologic analysis is expected to be needed in subsequent Project evaluation and design phases. • Hydraulic analysis of the existing downstream drainage system will be limited to spreadsheet capacity checks using the City DMP existing drainage system models and associated peak flow estimates (combined with the site development peak flow estimates);development of new or more detailed hydraulic models is not included in the SOW. • Site development stormwater facility needs will be conceptual, and various alternatives may exist. Those identified needs will be representative for purposes of cost feasibility review of site development discharge options, but will require further adjustment with design of site improvements. • The Task 4 summary memorandum will include a response to a single, consolidated set of City comments. July 6,2017 Page 7 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.Anchor QEA`s standard service rates for the various staff labor categories are incorporated into the spreadsheet estimate. Key professional staff assigned to work on the Project within those labor categories are shown in Exhibit A-1, although other staff at comparable levels may also assist with project services. Estimated direct expense costs are also provided, including a 5% markup on outside expenses. No subconsultants are anticipated to be needed for this work, but if requested by the City through an amendment to the Agreement,those services will also include a 5% markup.Anchor QEA standard billing rates for services to be completed under this SOW are shown in Exhibit A-2.The maximum, not-to-exceed estimated cost for services under this SOW is $35,000. Schedule The schedule for completion of the SOW services is targeted to be as follows: • Completion of Task 1 within 2 weeks of notice to proceed • Completion of Task 2 within 3 weeks of notice to proceed • Completion of Task 3 within 5 weeks of notice to proceed • Completion of Task 4 within 6 weeks of notice to proceed • Completion of Task 5 within 6 weeks of notice to proceed This schedule assumes that task services will be authorized by the City without delay to allow continuous flow of work activities. It also assumes that City staff will review and comment on the Task 4 summary memorandum within 1 week of submittal. Attachments Exhibit A-1 Anchor QEA Fee Estimate—Naden Avenue Property Site Development Stormwater Requirements Preliminary Evaluation Project Exhibit A-2 Anchor QEA 2016 Billing Rates i I t t I Exhibits A-1 Anchor QEA Fee Estimate w , W Ir %/ �/j/��/�/// M a�W t ati wA vY V1r W" A15 V NY N �+'r tiri NM Mh W Ya 4h+n M w1 4u vY crv.ws va uN rn�n W4 4L M WY tih eft VY �' 4� //i C. lU�%///r i�/r a � rvv �� ;�i r✓'"� cs as cs ka. ra ,, ca m vv� ry F mom <s ra as ca ¢r to ua ca ca cr as as er � i/ /�/�/�/I mr yr w,.ur un m w un aY M+n.+»✓r ua ,cm+n un ua ar.u9 M M wv . , . , . , r" ra a o n rr a,cr ra na m . © cv o "o yr�l/f��/f ///�/Gj/// �� �✓. n+.�r av v.mn in w�r. n.1t�n nr. us x cY � eY, G��rri�j� , , , . , . . , , , , , . . W� �if%�% Iv-✓yi� � `�' r����J ��✓�`��,-� � ar vr.yr.n,n w5 w..n +✓Y.n,n vn vY v.wY yr vY ur+.^r++a.n an +.ti M CNN%l = %d ,w c =' �i/�/ ✓//% / �y,nr/r ,///I�� Y� j �rr/�I/ '`4 GP/ C7 q � �- ru� n m $ � ��/�/��� �j%� � .�a✓����lr� N��� �!y�/�fi//�/�r i Y .� Wt M r�', w� � 9S � � 0° � , � � ➢r r,/�%i//��/� �rQ"%r"p/fl ����d��" %% �� Exhibit A-2 Billing Rates 1 Exhibit A-2 Anchor QEA, L.L.C. 2016 BILLING RATES Professional Level Hourly Rates Principal CM'/Engineer/LA'/Planner/Scientist.........................................................................$235 Senior Managing Analyst/CM/ingineer/LA/Planner/Scientist.................................................$207 Managing Analyst/CM/Engineer/LA/Planner/Scientist.......... ..................................................$193 Senior Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$I 71 Staff 3 Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$151 Staff 2 A►ialyst/CM/Engineer/LA/Planner/Scie►itist..................................................................$136 Staff 1 Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$114 SeniorCAD Designer...............................................................................................................$119 CADDesigner............................................................................................................................$100 Technician....................................................................................................................................$97 TechnicalEditor.........................................................................................................................$100 ProjectCoordinator......................................................................................................................$96 Special Hourly Rates National expert consultant..........................................................................................................$385 All work by a testifying expert........................................................1.5 times professional level rate EXPENSE BILLING RATES Expense Rates Computer Modeling(per hour)...............................................................................................$10.00 Graphic Plots(varies with plot size)......................................................................................$3-6/sf Mileage(per mile).....................................................................................Current Federal Standard FEE ON LABOR AND EXPENSE CHARGES Subcontracts/subconsultants ......................................................................................................5% Travel and other direct costs......................................................................................................5% Fieldequipment&supplies........................................................................................................5% This is a company confidential document_ I CM=Construction Manager 2 LA Landscape Architect 3 CAD=Computer Aided Design EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability • insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. 1 ® DATE(MMIDDIYYYY) ,a►co�ro CERTIFICATE OF LIABILITY INSURANCE 7/17/2017 j THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements. CONTACT PRODUCER NAME: GeAftate Dep-artment.—� Servco Pacific Insurance AICONN E )-206-216-4830 FAAIC,Ne):206-260-2903 800 Fifth Ave. Suite 2400 MA-€—IL�tt I Seattle WA 98104 ADDRESSserycopac INSURER 5 AFFORDING COVERAGE NAIC p INSURER A:Llovd's of London —15792 INSURED ANCHQEA-01 wsuRERB:Tlavelers Pro2erty Casualty Company Anchor QEA, LLC INSURER ;]}le Phoenix Insurance Comfy 5m 720 Olive Way INSURER D:Trayelers In emnityCompany of Amer 5W6__ Suite 1900 Seattle WA 98101 INSURERE: NZtional Insurance Com INSURER F: COVERAGES CERTIFICATE NUMBER:1506681087 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 j 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. INSNRR TYPE OF INSURANCEADDLISUBRI POLICY EFF POLICY EXP LTR I .IN R D POLICY NUMBER MMlDDNYYY MM10DPlYYY LIMITS B I GENERAL LIABILITY Y 680006H488049 10/10/2016 10/10/2017 1 EACH OCCURRENCE $1,000.000 B 680006H455473 10/10/2016 10/10/2017 X COMMERCIAL GENERAL LIABILITY PPRREEMISE E�ao=rre ce I$1,000,000 CLAIMS-MADE OCCUR MED EXP An one arson) $5,000 PERSONAL&ADV INJURY $1,000.000 _ GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 PRO- LOC $PQLICY X jFCT C AUTOMOBILE LIABILITY Y BA5398L892 10/70/2016 10/10/2017 COMBINED SINGLE Llmr Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS NON-OWNED ` PROPERTY DAMAGE S X HIRED AUTOS qX AUTOS Per accident) $ D X UMBRELLA LIAR X OCCUR CUP006D978124 10/10/2016 10/10/2017 EACH OCCURRENCE $1.000.000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED IX I RETENTION$10 000 S D WORKERS COMPENSATION i UB7364Y09 10/10/2016 10/10/2017 X I WC STATU- OTH- E AND EMPLOYERS'LIABILITY YIN 16JWU09371 10/10/2016 10/10/2017 TORY LIMITS ER ANY PROPRIETORIPARTNER/EXECUTIVE❑ NIA E.L.EACH ACCIDENT $1.000.000 OFFICERIMEMBER EXCLUDED? ! (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000.000 If yes,describe under DESCRIPTION OF OPERATIONS below I E.L.DISEASE-POLICY LIMIT $1,000,000 A Professional Liability& W11053160701 10/10/2016 10l10/2017 Each Claim 2,000.000 Pollution Liability i I Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) IF CERTIFICATE IS NO LONGER REQUIRED, PLEASE NOTIFY SERVCO PACIFIC INSURANCE. The City of Kent is included as an Additional insured on General Liability and Automobile Liability policies per the attached endorsement. General Liability policy is Primary and Non-Contributory. 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 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010106) The ACORD name and logo are registered marks of ACORD 9130/2016 ANCHOR OEALLC a a STATE OF WASNINCTON Department of Labor& Industries Certificate of Workers' Compensation Coverage September 30, 2016 WA UBI No. 601 815 728 L&I Account ID 941,684-00 Legal Business Name ANCHOR QEA LLC Doing Business As ANCHOR QEA LLC Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 2 of Year 2016"Greater than 100 (See Description Below) Workers" Account Representative Employer Services Help Line, (360)902-4817 Licensed Contractor? No What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Eglployers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). httpsJ/secure.1d.wa.gwberi fy/DetailsiliabilityCertificate.aspx?UBI=601815728&LIC=&VIO=&SAW=false&ACCT=94168400 1/1 Policy Number: BA539BL892 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However,coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties,and what is and is not covered. A. BLANKET ADDITIONAL INSURED H. AUDIO, VISUAL AND DATA ELECTRONIC B. EMPLOYEE HIRED AUTO EQUIPMENT—INCREASED LIMIT C. EMPLOYEES AS INSURED I. WAIVER OF DEDUCTIBLE—GLASS D. SUPPLEMENTARY PAYMENTS — INCREASED J. PERSONAL PROPERTY LIMITS K. AIRBAGS E. TRAILERS—INCREASED LOAD CAPACITY L. AUTO LOAN LEASE GAP F. HIRED AUTO PHYSICAL DAMAGE M. BLANKET WAIVER OF SUBROGATION G. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT A. BLANKET ADDITIONAL INSURED performing duties related to the conduct of The following is added to Paragraph A.1., Who Is your business. An Insured, of SECTION II—COVERED AUTOS 2. The following replaces Paragraph b. in B.5., LIABILITY COVERAGE: Other Insurance, of SECTION IV — BUST- Any person or organization who is required under NESS AUTO CONDITIONS: a written contract or agreement between you and b. For Hired Auto Physical Damage Cover- that person or organization, that is signed and age, the following are deemed to be cov- executed by you before the "bodily injury" or ered "autos"you own: "property damage" occurs and that is in effect during the policy period, to be named as an addi- (1) Any covered "auto" you lease, hire, tional insured is an "insured" for Covered Autos rent or borrow; and Liability Coverage, but only for damages to which (2) Any covered "auto" hired or rented by this insurance applies and only to the extent that your "employee" under a contract in person or organization qualifies as an "insured" an "employee's" name, with your under the Who Is An Insured provision contained permission, while performing duties in Section It. related to the conduct of your busi- B. EMPLOYEE HIRED AUTO ness. 1. The following is added to Paragraph A.1., However, any"auto"that is leased, hired, Who Is An Insured, of SECTION II — COV- rented or borrowed with a driver is not a ERED AUTOS LIABILITY COVERAGE: covered"auto". C. EMPLOYEES AS INSURED An "employee" of yours is an "insured" while operating a covered "auto" hired or rented The following is added to Paragraph A.1.,Who Is under a contract or agreement in an "em- An Insured,of SECTION II—COVERED AUTOS ployee's" name, with your permission, while LIABILITY COVERAGE: CA T4 20 02 15 ®2015 The Travelers Indemnity company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO Any "employee" of yours is an "insured"while us- (2) An adjustment for depreciation and physical ing a covered "auto" you don't own, hire or borrow condition will be made in determining actual in your business or your personal affairs. cash value in the event of a total "loss". D. SUPPLEMENTARY PAYMENTS — INCREASED (3) If a repair or replacement results in better LIMITS than like kind or quality, we will not pay for the 1. The following replaces Paragraph A.2.a.(2)of amount of betterment. SECTION II—COVERED AUTOS LIABILITY (4) A deductible equal to the highest Physical COVERAGE: Damage deductible applicable to any owned (2) Up to $3,000 for cost of bail bonds (in- covered "auto". cluding bonds for related traffic law viola- (5) This Coverage Extension does not apply to: tions) required because of an "accident" (a) Any "auto" that is hired, rented or bor- we cover. We do not have to furnish rowed with a driver; or these bonds. 2. The followingreplaces Paragraph A.2.a. 4 of {b) Any "auto" that is hired, rented or bor- p { ) rowed from your"employee". SECTION II—COVERED AUTOS LIABILITY COVERAGE: G. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT (4) All reasonable expenses incurred by the "insured" at our request, including actual The following replaces the first sentence in Para- loss of earnings up to $500 a day be- graph A.4.a., Transportation Expenses, of cause of time off from work. SECTION III — PHYSICAL DAMAGE COVER- AGE: E. TRAILERS—INCREASED LOAD CAPACITY The following replaces Paragraph C.1. of SEC- We will pay up to $50 per day to a maximum of TION I—COVERED AUTOS: $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- 1. "Trailers" with a load capacity of 3,000 ered"auto" of the private passenger type. pounds or less designed primarily for travel H. AUDIO, VISUAL AND DATA ELECTRONIC on public roads. EQUIPMENT—INCREASED LIMIT F. HIRED AUTO PHYSICAL DAMAGE Paragraph C.1.b. of SECTION III — PHYSICAL The following is added to Paragraph AA., Cover- DAMAGE COVERAGE is deleted. age Extensions, of SECTION III — PHYSICAL I. WAIVER OF DEDUCTIBLE—GLASS DAMAGE COVERAGE: The following is added to Paragraph D., Deducti- Hired Auto Physical Damage Coverage ble, of SECTION III — PHYSICAL DAMAGE If hired "autos" are covered "autos" for Covered COVERAGE: Autos Liability Coverage but not covered "autos" No deductible for a covered "auto" will apply to for Physical Damage Coverage, and this policy glass damage if the glass is repaired rather than also provides Physical Damage Coverage for an replaced. owned "auto", then the Physical Damage Cover- J. PERSONAL PROPERTY age is extended to "autos" that you hire, rent or The following is added to Paragraph A.4., Cover- borrow subject to the following: age Extensions, of SECTION III — PHYSICAL (1) The most we will pay for "loss" to any one DAMAGE COVERAGE: "auto" that you hire, rent or borrow is the Personal Property Coverage lesser of: We will pay up to $400 for "loss" to wearing ap- (a) $50,000; parel and other personal property which is: (b) The actual cash value of the damaged or (1) Owned by an"insured";and stolen property as of the time of the (2) In or on your covered "auto". "loss";or This coverage only applies in the event of a total (c) The cost of repairing or replacing the theft of your covered "auto". damaged or stolen property with other No deductibles apply to Personal Property cover- property of like kind and quality. age. Page 2 of 3 ®2015 The Travelers Indemnity Company. All rights reserved. CA T4 20 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO K. AIRBAGS (2) Any: The following is added to Paragraph B.3., Exclu- (a) Overdue lease or loan payments at the sions, of SECTION III — PHYSICAL DAMAGE time of the"loss"; COVERAGE: (b) Financial penalties imposed under a Exclusion 3.a. does not apply to "loss" to one or lease for excessive use, abnormal wear more airbags in a covered "auto" you own that in- and tear or high mileage; flate due to a cause other than a cause of "loss" (c) Security deposits not returned by the les- set forth in Paragraphs A.1.b. and A.1.c., but only: sor; a. If that "auto" is a covered "auto" for Compre- (d) Costs for extended warranties, Credit Life hensive Coverage under this policy; Insurance, Health, Accident or Disability b. The airbags are not covered under any war- Insurance purchased with the loan or ranty; and lease; and c. The airbags were not intentionally inflated. (e) Carry-over balances from previous loans or leases. We will pay up to a maximum of $1,000 for any M. BLANKET WAIVER OF SUBROGATION one"loss". L. AUTO LOAN LEASE GAP The following replaces Paragraph A.S., Transfer Of Rights Of Recovery Against Others To Us, The following is added to Paragraph AA., Cover- of SECTION IV — BUSINESS AUTO CONDI- age Extensions, of SECTION III — PHYSICAL TIONS: DAMAGE COVERAGE: A 5. Transfer Of Rights Of Recovery Against Auto Loan Lease Gap Coverage for Private Others To Us Passenger Type Vehicles In the event of a total"loss"to a covered "auto" of We waive any right of recovery we may have the private passenger type shown in the Schedule against any person or organization to the ex- or Declarations for which Physical Damage Cov- tent required of you by a written contract exe- erage is provided, we will pay any unpaid amount cuted prior to any "accident" or "loss", pro- due on the lease or loan for such covered "auto" vided that the"accident"or"loss"arises out of less the following: the operations contemplated by such con- (1) The amount paid under the Physical Damage tract.The waiver applies only to the person or Coverage Section of the policy for that"auto"; organization designated in such contract. and CA T4 20 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 680-6H488049-16-47 COMMERCIAL GENERAL LIABILITY ANCHOR QL'A,LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION 11 —WHO IS h. This insurance does not apply to "bodily AN INSURED: injury" or "property damage" caused by "your Any person or organization that you agree in a work" and included in the "products- "written contract requiring insurance"to include as completed operations hazard" unless the an additional insured on this Coverage Part, but: "written contract requiring insurance" specifically requires you to provide such a. Only with respect to liability for "bodily injury", coverage for that additional insured, and then "property damage"or"personal injury"; and the insurance provided to the additional b. If, and only to the extent that, the injury or insured applies only to such "bodily injury" or damage is caused by ads or omissions of "property damage"that occurs before the end you or your subcontractor in the performance of the period of time for which the "written of "your work" to which the "written contract contract requiring insurance" requires you to requiring insurance" applies, or in connection provide such coverage or the end of the with premises owned by or rented to you. policy period, whichever is earlier. The person or organization does not qualify as an 2. The following is added to Paragraph 4.a. of additional insured: SECTION IV — COMMERCIAL GENERAL c. With respect to the independent acts or LIABILITY CONDITIONS: omissions of such person or organization; or The insurance provided to the additional insured d. For "bodily injury", "property damage" or is excess over any valid and collectible other "personal injury" for which such person or insurance, whether primary, excess, contingent or organization has assumed liability in a on any other basis, that is available to the additional insured for a loss we cover. However, if contract or agreement. you specifically agree in the "written contract The insurance provided to such additional insured requiring insurance" that this insurance provided is limited as follows: to the additional insured under this Coverage Part e. This insurance does not apply on any basis to must apply on a primary basis or a primary and non-contributory basis, this insurance is primary any person or organization for which to other insurance available to the additional coverage as an additional insured specifically insured which covers that person or organizations is added by another endorsement to this as a named insured for such loss, and we will not Coverage Part. share with the other insurance, provided that: f. This insurance does not apply to the (1) The "bodily injury" or "property damage" for rendering of or failure to render any which coverage is sought occurs: and ' "professional services". g In the event that the Limits of Insurance of the (2) The "personal injury" for which coverage is g• sought arises out of an offense committed: Coverage Part shown in the Declarations exceed the limits of liability required by the after you have signed that "written contract "written contract requiring insurance", the requiring insurance". But this insurance provided insurance provided to the additional insured to the additional insured still is excess over valid shall be limited to the limits of liability required and collectible other insurance, whether primary, by that "written contract requiring insurance". excess, contingent or on any other basis, that is This endorsement does not increase the available to the additional insured when that limits of insurance described in Section III — person or organization is an additional insured Limits Of Insurance. under any other insurance. CG D3 81 09 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 Includes the copyrighted material of Insurance Services Office,Inc.,with its permission COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 8., Transfer 4. The following definition is added to the Of Rights Of Recovery Against Others To Us, DEFINITIONS Section: of SECTION IV — COMMERCIAL GENERAL "Written contract requiring insurance" means that LIABILITY CONDITIONS: part of any written contract under which you are We waive any right of recovery we may have required to include a person or organization as an against any person or organization because of additional insured on this Coverage Part, payments we make for "bodily injury", "property provided that the "bodily injury" and "property damage" or "personal injury" arising out of "your damage" occurs and the "personal injury" is work" performed by you, or on your behalf, done caused b an offense committed: under a "written contract requiring insurance" with y that person or organization. We waive this right a. After you have signed that written contract; only where you have agreed to do so as part of b. While that part of the written contract is in the "written contract requiring insurance" with effect: and such person or organization signed by you before, and in effect when, the "bodily injury" or c. Before the end of the policy period. "property damage" occurs, or the"personal injury" offense is committed. Page 2 of 2 ©2015 The Travelers Indemnity Company.All rights reserved. CG D3 81 09 15 Includes the copyrighted material of Insurance Services Office,Inc.,with its permission i REQU 5T pR MAYOR�'S[GNRTURE IIIII HENY ry oa d vac. � uiry�i w.avM Mne (o ar. • 4tn. One namr Thomas LeYrgr. .:. ,.•9 "°w`1556 oafe 9ent;.:y�m/ta 9�R'�P�?au rea f/i3 0.e4Ym 5g Yo5htake �e 12/31/1] � � � ° 6f26/17 rn,� cnaraovai N/A k s �mem m.a( �p unen�me of 520042 art =ee �n eye �+ . v.�s �,a m a a era �aee K kll IIIIIIIII ��4 y031 1W' 41€RT i7 �;;, 1,"Xa'Mx! I'd 4 � ,' ."' ' it a i .y� �� Y � �n "h'S r�; t �n . . . _ . W. . ore�°o�ta±��"�vor ii�