Loading...
HomeMy WebLinkAboutPW17-411 - Original - Anchor QEA, LLC - Contract - 07/19/17 / al /ri ilir NOW R c C-) r s KENT WJAS H�NG TO MDocumen f / 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 Dumber Contract Number: FW 11 - 1 li This is assigned by City Clerk's Office Project Name: 64th Ave. S. to W. Meeker St, Stormwater Drainage Design Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment [E Contract Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/18 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Alex Murillo Department: Engineering Contract Amount: $C4.gOl3. D� Approval Authority: (CIRCLE ONE) Department Director Mayan City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide general stormwater drainage design services for these project. As of: 08/27/14 1 KENT W A 5..i NOT.N 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 general stormwater drainage design services for the 64`h Ave. S. to W. Meeker St. Stormwater 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, 2018. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Sixty Four Thousand, Nine Hundred Dollars ($64,900.00), 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 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) INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. 'XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes,.emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) K. Counter arts and Si natures by Fax or Email. This, Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement aind 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: By: hon ;By: (signature) (signature) int e: Print Name: 't)z Suzette Cooke Its Mavor (title) DATE: u, f ,7 6"j'EL- DATE: 7113P 11Z NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF DENT: Gerald Bibee Timothy ]. 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 QFA-Stor[TMatCl Dramag�D�Mgr)-64"'IMurdlo CONSULTANT SERVICES AGREEMENT 5 (Over$2 0,0 00) DECLARATION CITY OF SCENT 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 plolicies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or, supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2, During the time of this Agreement I will not discriminate in employment on the basis of *sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability, 1 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 1, the prime contractor, will actively consider hiring and -promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: ....................... 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 EXHIBIT A 720 Olive Way,Suite 1900 ANCHOR Seattle,Washington 98101 QEA 206.287.9130 y�► June 19, 2017 GENERAL STORMWATER DRAINAGE DESIGN SERVICES AGREEMENT SCOPE OF WORK FOR CITY OF KENT PROJECT 64th AVENUE SOUTH TO WEST MEEKER STREET STORMWATER IMPROVEMENT ALTERNATIVES FEASIBILITY EVALUATION 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 (Anchor QEA),for the proposed 641hAvenue South to West Meeker Street Stormwater Alternatives Conceptual Design and Feasibility Evaluation Project(Project).All services will be completed in accordance with the mutually agreed-to terms of the City's General Stormwater Drainage Design Services Agreement(Agreement) with Anchor QEA, at the direction of and in coordination with City staff. The City has requested assistance with the design development and feasibility evaluation of drainage system improvement alternatives in accordance with findings of the City'S Drainage Master Plan (DMP)l and the recent Riverbend Development Downstream Hydrologic and Hydraulic Analysis and Assessment'. The Project drainage system evaluation reach is within Subbasin Q4, and consists of the 641h Avenue South channel and roadway culvert crossings, extending approximately 1.8 miles south from the Green River Natural Resources Area(GRNRA)to West Meeker Street. The primary objective is to define a set of recommended cost-effective drainage system improvements that will achieve suitable flood risk reduction along the channel, inclusive of Hogan Park and in other nearby and downstream areas most susceptible to flooding. Various alternatives will be considered for conveyance and flood reduction improvement including a new lift station(up to 3 locations) and force main tied to an existing Green River outfall for discharge under high river levels. An integrated gravity high flow bypass (with backflow prevention)will also be considered for discharge under lower river levels. The initial Phase 1 services will include solution opportunities identification and their conceptual layout, technical evaluation, and cost-feasibility assessment for recommendation of a preferred drainage improvement alternative.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. We understand that the City may request that additional follow-on conceptual through final design, permitting,and construction 1-Anchor Environmental,2008.Drainage Master Plan.Prepared for City of Kent.September 2008. 2—Anchor QEA,2017. Memorandum-Riverbend Development Downstream Hydrologic and Hydraulic Analysis and Assessment Summary,April 2017. June 19,2017 Page 2 assistance services be conducted in future Project phases. If so, it is understood that those services would be authorized through amendment of this Agreement,or alternatively by separate 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 each identified task. Task I - Drainage Data Review, Site Reconnaissance, and Base Map Preparation These services will provide drainage data collection, review, and assessment, including base map preparation as the basis for Project improvements conceptual design layout.Services under this task are expected to include: • Review and assess City-provided Geographic Information System(GIS) mapping and drainage system files, as-built drawing records,and supplemental survey data for the Project improvements area(all as provided by the City) • Review existing drainage or related technical reports and other prior drainage system analysis • Conduct a site reconnaissance of the project improvement area with City staff to review existing stormwater facilities, improvement opportunities,the existing Hogan Park stormwater pump station,and site constraints to the construction of the drainage improvements • Prepare an improvements area base map from available data provided by the City Task 2- Drainage Improvements Development and Preliminary Evaluation These services will develop solution alternatives for drainage system improvements that will reduce local drainage system flooding risk and flood levels within the Project area. They will also provide preliminary evaluation of alternatives. 2.1 Identification and Development of Drainage Improvement Alternatives Specific drainage system improvement objectives will be identified in consultation with City staff. A range of drainage improvement alternatives (up to three assumed)will be developed and evaluated that will respond to the City's Project objectives. Based on meeting discussion with City staff,the improvement alternatives will generally consist of: • Alternative 1-A new lift station located on the south side of South 240t'(W)ames) Street, adjacent to the Kent Valley Ice Centre and drainage channel to the east,which will draw collected stormwater from the channel and route it west into a new force main pipe aligned adjacent to the Ice Centre and City Public Works Operations Facility,with connection to the existing Green River outfall at Russell Road • Alternative 2 -A new lift station located in the southeast portion of Hogan Park that uses the existing 30-inch storm drain aligned along the south park limit and Russell Road as a force main to the existing Green River outfall, with intake connection to the existing channel east of June 19,2017 Page 3 Hogan Park to achieve flow withdrawal (the existing Hogan Park lift station would be removed with park drainage connected to the new lift station). Alternative 3 -A new lift station located at the west end of the City Public Works Operations Facility, near the existing Green River outfall,with short force main connection to the existing Green River outfall (operated under higher river stages),together with an integrated gravity high flow bypass(operated under lower to intermediate river stages) using the existing 30- inch storm drain extended to the Hogan Park channel (the existing Hogan Park pump station j would remain in operation). Each drainage improvement alternative will be documented by a conceptual layout figure combined with a summary describing key improvement components. 2.2 Preliminary Evaluation of Drainage Improvement Alternatives A preliminary evaluation of the conceptual drainage improvement alternatives will be conducted in coordination with City staff considering expected technical feasibility, hydraulic function, constructability and cost considerations, and potential discharge permit needs or limitations.Services under this task are expected to include: • Review existing drainage system improvements and retrofit connections feasibility as affected by site topography, existing drainage system facility sizes and alignment,City properties and right-of-way availability, existing site features,and potential utility conflicts a Conduct preliminary checks for expected improvements conveyance function and capacities • Update the conceptual alternatives layout figures based on the limited evaluation conducted, and as a basis for preliminary improvement quantities assessment Develop and summarize concept-level (order-of-magnitude) construction cost opinions for the drainage improvement alternatives • Meet with City staff to review the alternatives and their expected feasibility, benefits, and costs Task 3— Hydrologic and Hydraulic Analysis of Drainage Improvements These services will provide hydrologic and hydraulic analysis supporting the drainage improvement alternatives feasibility evaluation. Using the hydrologic and hydraulic analysis conducted for the Riverbend development downstream analysis and assessment, refine and expand on the hydrologic and hydraulic models as the basis for analysis of the drainage improvement alternatives. For the hydrologic analysis,these adjustments will be based on the same watershed subareas and their runoff characteristics; however,the connectivity June 19,2017 Page 4 and routing of flows associated with the proposed improvements will be added. Services under this task are expected to include: • Access the Subbasin Q4 MGSFlood continuous simulation hydrologic model as developed and applied for Riverbend development downstream analysis • Modify the analysis point locations needed for runoff computation consistent with the drainage improvement alternatives • Conduct hydrologic modeling updates to generate updated recurrence interval peak flows (i.e., 2-, 10-, 25-and 100-year) at the targeted analysis points • Summarize modifications made to the hydrologic model and associated results in a summary memorandum(combined with the hydraulic analysis below) For hydraulic analysis, make required updates to the hydraulic analysis conducted for the Riverbend development downstream analysis and assessment.The objectives of these updates will be to adjust and refine the prior analyses consistent with the drainage improvement alternatives layout.The updated hydraulic analyses will be completed using the HEC-RAS model for open channel reaches, and using the backwater analyses spreadsheet model for storm drain reaches.Services under this task are expected to include: • Access the Subbasin Q4 HEC-RAS and spreadsheet hydraulic models recently developed for the Riverbend development downstream analysis • Adjust the existing models input parameters consistent with the drainage improvement alternatives Conduct modeling simulations to analyze and assess the hydraulic backwater effects of the improvement alternatives based on the design flow requirements • Summarize modifications made to the hydraulic models and associated results/findings in a summary memorandum (combined with the hydrologic analysis above) Task 4— Technical and Cost-Feasibility Assessment of Drainage Improvements These services will evaluate and summarize the findings of technical and cost feasibility review of the drainage improvement alternatives. Services under this task are expected to include: • Summarize the comparative capacity and flood level reduction benefits of the alternatives • Summarize key design criteria for each alternative • Summarize potential environmental permit needs and expected timing to secure permits • Review constructability and identify key construction risks that could influence construction costs • Prepare a memorandum to summarize findings of the technical/cost-feasibility evaluation and make recommendations for improvements to carry forward into the Phase 2 Project design June 19,2017 Page 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. Services under this task are expected to include: • 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 three one-half day project meetings with City staff(typically 1 staff); prepare a summary of meeting discussions Provide quality control review of project deliverables Deliverables The following key deliverables will be prepared under the SOW: • Task 1—Base map for use in conceptual design layout of drainage improvements (CAD and PDF formats) • Task 2—Alternative drainage improvements concept figures (maximum of 3 alternatives,one figure each);alternative improvement features summary(PDF format); concept-level construction cost opinions for alternative improvements(Excel and PDF format) • Task 3—Hydrologic and hydraulic analysis memorandum for drainage improvement alternatives (PDF format) • Task 4—Alternatives cost-feasibility memorandum with recommended drainage improvements to carry forward into the Phase 2 Project design (PDF format) • 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 available mapping for the Project area and drainage subbasin, current existing drainage system infrastructure GIS shapefiles,design or as-built drawing records,and supplemental survey data to support improvements evaluation. • The City Operations and Maintenance staff will provide available records on storm drainage pipe conditions in the Project area suitable for determination if connection,continued use,or re-use/re-purposing of piping is allowable as part of the improvement alternatives evaluation. • Modification of existing hydrologic and hydraulic models within the Project area will be commensurate with Project feasibility evaluation needs; it is expected that additional analysis will be needed in the Phase 2 design phase. June 19,2017 Page 6 • Summary memoranda deliverables will include response to a single consolidated set of City comments. 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 $64,900. Schedule The schedule for completion of the SOW services is targeted to be as follows: • Completion of Task 1 within 2 weeks of Task 1 notice to proceed • Completion of Task 2 within 6 weeks of Task 1 notice to proceed • Completion of Task 3 within 8 weeks of Task 1 notice to proceed • Completion of Task 4 within 10 weeks of Task 1 notice to proceed • Completion of Task 5 within 12 weeks of Task 1 notice to proceed,which assumes City comments receipt within 2 weeks of draft alternatives cost-feasibility memorandum deliverable This schedule assumes that task services will be sequentially authorized by the City without delay to allow continuous flow of work activities. Attachments Exhibit A-1 Anchor QEA Fee Estimate- 64th Avenue South to West Meeker Street Stormwater Improvement Alternatives Feasibility Evaluation Exhibit A-2 Anchor QEA 2016 Billing Rates I Exhibits A-1 and A-2 Anchor EA Fee Estimate and Billing Rates � 9 3 s i do .TIZ 77� 3 ni uv 0 <S 11 0 D u> rer:.c> ar m j� GI% w Mr w M4 w w w w w w v. s •.• ^'r ) r,z "^ ICY CN plli Sd Cn rce {y L> e7'� di o n rM a'.x ca a.a i �rY vn z) Y^t r0 0 0 iT *'y 0, D ry u1.u Me N N N N i+e,N �n w N wNN N,n an vn ' 4a. N W w w w 4N Vt w M VL ti4 VY Ub IFI 4/i If4 VR Ah 4i U'1 Ah teM U! w fd / / ". wM as o rr / r2 ✓/��% �/� ww wa w r/ a% ✓4 N JM N M.w w w N, Ytt bi+N.w s/1 Vr afrt vl N VI M4 N1 Ly i „^ ^. vn v>Nmwwar ax w vtwvi mv* wxnNw www+n un r.+e w a � n , dr ,., On,1, 2y . J /f rrl . rA VY N w w w N w 4'F Wt,W'4 UA w v1 IVY MA w'' Vy N w na'1 1/1, 77, IESF s wl CY 0 C} r ' cM'� c a � �, //i��%i� ➢/6� /// � � �x j u ,�.w c c c�' r p: c7 ✓/%///r/ri%%�/%- r1 )1 CIF iY P e, weu o ,aaw�.a'.ru:.. ..� F�w�' rw.�nw� .,u�arW,,�w¢.saa....,:.�w�✓,a.,v ....arrxn�r..:d,�m�mGexuw4.a�'v�w� .�. .�.�:. Exhibit A-2 Anchor QEA, L.L.C. 2016 BILLING RATES Professional Level Hourly Rates i Principal CM'/Engineer/LA'/Planner/Scientist...................... $235 ................................................... Senior Managing Analyst/CM/Engineer/LA/Planner/Scientist.................................................$207 Managing Analyst/CM/Engineer/LA/Planner/Scientist.............................................................$193 Senior Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$171 Staff 3 Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$151 Staff 2 Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$136 Staff 1 Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$114 SeniorCAD' Designer...............................................................................................................$119 CADDesigner...................................................................................................................I........$100 Technician....................................................................................................................................$97 TechnicalEditor.........................................................................................................................$100 ProjectCoordinator......................................................................................................................$96 Special Hourly Rates Nationalexpert 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 z 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 $2,000,000 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 $2,000,000 per claim and $2,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance; 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. '• l ® DATEIMMIDDIYYYY) AC�RO CERTIFICATE OF LIABILITY INSURANCE 7/17/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCER NAME: Certlflcate..Departme Servco Pacific Insurance gip,°Nr�o Exti1206- 16-4830 INC,No):206-260-2903_____. 800 Fifth Ave. Suite 2400 EMAIL Seattle WA 98104 DD E a-.oAde servcoPacifi INSURER(aAFFORDING COVERAGE NAIC 0 ---.---------------__-__--- INSURER A:LIQyd.S_of_Lon o INSURED ANCHQEA-01 INSURER B: [_$p[Sjp-prty asualty Company Anchor QEA, LLC INSURER C:The PhLO_en'X Insurance Company 25623r._ 720 Olive Way INSURER D;Travelers I ndemnity Cam ap_ny of Amer 25666z Suite 1900 Seattle WA 98101 INSURER E: aSka National Ins wce_Company 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 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. ILTR TYPE OF INSURANCE INS R I WVBD POLICY NUMBER MMIDDYIYYYY MMIDOLICEFF DIVYYY LIMITS B GENERAL LIABILITY Y 6600061-1488049 10/10/2016 10/10/2017 EACH OCCURRENCE $1.000,000 B 6800061-1455473 10/10/2016 10/10/2017 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $1,000.000 CLAIMS-MADE F]OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000.000 GENERAL AGGREGATE $2,000,000 I GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $2,000,000 i POLICY X PRO- LOC $ C AUTOMOBILE LIABILITY IY BA539BL892 10/10/2016 10/10/2017 Ea accident 1 000 000 _ f ANY AUTO BODILY INJURY(Per person) S I IN ALL OWNED SCHEDULED I BODILY INJURY(Per accident) S AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ j X i HIRED AUTOS E AUTOS ! Per accident D X UMBRELLA LIAB X OCCUR ICUP006D978124 10/10/2016 10/10/2017 EACH OCCURRENCE S1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 ` DED I X I RETENTION$10,000 S D WORKERS COMPENSATION UB7364Y09 10102016 10/10/2017 X I WC STATU- I JOTH- 1E I AND EMPLOYERS'LIABILITY YIN 16JWU09371 (10/10/2016 10l10/2017 ANY PROPRIETORIPARTNER/EXECUTIVE❑ NIA E.L.EACH ACCIDENT $1.000.000 OFFICER/MEMBER EXCLUDED? (Mgandatory In NH) E.L.DISEASE-EA EMPLOYE $1.000.000 be under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 51,000.000 A Professional Liability& W11053160701 10/10/2016 10/10/2017 Each Claim 2,000.000 Pollution Liability Aggregate 2.000.000 I I i DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if mom 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 ` C ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD I I - I 9136=16 ANCHOR QEA LLC a STATE of WASHINGTON 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 Employers report and pay premiums each quarter based onhours 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). https://secure.IH.wa.govtverify/Details/liabilityCertificate.aspx?UBI=60181572B&LIC=&VIO=&SAW=false&ACCT=94168400 1/1 Policy Number: BA5398LB92 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.S., LIABILITY COVERAGE: Other Insurance, of SECTION IV — BUSI- Any person or organization who is required under NESS AUTO CONDITIONS: a written contract or agreement between you and b. For Hired Auto Physical Damage Cover- that person or organization, that is signed and age, the following are deemed to be cov- executed by you before the "bodily injury" or ered "autos"you own: "property damage" occurs and that is in effect 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 II. 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". An "employee" of yours is an "insured" while C. EMPLOYEES AS INSURED 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. (b) Any "auto" that is hired, rented or bor- 2. The following replaces Paragraph A.2.a.(4)of SECTION II—COVERED AUTOS LIABILITY rowed from your"employee". 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 COVER- 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 The 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 AA., 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" set forth in Paragraphs A.1.b. and A.1.c., but (c) Security deposits not returned by the les- sor; only: 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.5., 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 B 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 QEA,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 acts 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 0915 ®2015 The Travelers indemnity Company.A I 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 B.. 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 / / / f. e ,/ h , r / r / / e J / f / / / / � e / / f / r / r , i e / / / / / I / / r / o / e r . e , / e e / / / f ffim; / / / 1 / r / / / r / f I / e r , / r , e / r / / e e / r � / r , / /wg r / VI/ f � / / r/ r e / � e r , , 1 / / / / / / / / / r / / / / I / / I / / f / i � r i r� / 1 � e / / / / f / 1 / / / f r e l / / / / r � / >I / / f �/ r / / 1 y rl r/ 1 r l / / I � 1 1 , / O / / / / / / / / / / / / r / / f r / / / / / / / / / / / / // r / I / / 1 • KENT Agenda Item: Consent Calendar - 7K W.SH..GTO. TO: City Council DATE: December 13, 2016 SUBJECT: Consultant Agreement with Anchor QEA for General Stormwater Drainage Designs - Authorize MOTION: Authorize the Mayor to sign to a consultant services agreement with Anchor QEA, in an amount not to exceed $249,786.00 for general stormwater drainage design services, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: There are a number of stormwater drainage improvements citywide that need to be addressed to reduce flood risk impacts to roadways, private properties and businesses. Some of these projects have been identified in the city's Drainage Master Plan, while others have come up unexpectedly during storm events. A consultant services agreement with Anchor QEA will help city staff more readily respond to urgent stormwater drainage design needs and will also help complete identified projects in the city's Drainage Master Plan EXHIBITS: Consultant Services Agreement RECOMMENDED BY: Public Works Committee YEA: Ralph, Fincher, Higgins NAY: BUDGET IMPACTS: Funding for this contract will come from budgeted drainage utility funds.