Loading...
HomeMy WebLinkAboutPW17-280 - Amendment - Amendment #2 - AECOM Technical Services, Inc. - Upper Mill Creek Dam Improvements - 04/19/2018 KE 41 T Records Management Document CONTRACT COVER SHEET This is to Be completed by the Contract Manager prior to SUbmission 'to the City Clerk's Office. All portions are to be cornpleted. If YOU have qUestions, please contact t�i ie City Clerk's Office at 253-856... 725. El Blue/Motion Sheet Attached M Pink Sheet Attached Vendor Name: AECOM Technical Services, Inc. Vendor Number (,JDE): Contract Number (City Clerk): Category: Contract Agreement Sub-Category (if applicable): AmendmentProject Name: Upper Mill Creek Dam ..........Upper........ qltap% Contract Execution Date: Date of the M yor,s signature Termination Date: 12/31/18 Contract Manager: Steve Lincoln Department: PW: Engineering Contract Amount: $107,,452.51 Approval Authority: EJ Director 0 Mayor City Council Other Details: Provided agn engineering services for the projpqt,, • KENT W A 9 N I N O T O N AMENDMENT NO. 2 NAME OF CONSULTANT OR VENDOR: AECOM Technical Services, Inc. CONTRACT NAME & PROJECT NUMBER: Upper Mill Creek Dam Imurovements ORIGINAL AGREEMENT DATE: August 30, 2017 This Amendment is made between the City and the above-referenced Consultant or Vendor and amends the original Agreement and all prior Amendments. All other provisions of the original Agreement or prior Amendments not inconsistent with this Amendment shall remain in full force and effect. For valuable consideration and by mutual consent of the parties, Consultant or Vendor's work is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, the Consultant or Vendor shall: Continue to provide design engineering services for the project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are modified as follows: Original Contract Sum, $114,554.18 including applicable WSST Net Change by Previous Amendments $0 including applicable WSST Current Contract Amount $114,554.18 including all previous amendments Current Amendment Sum $107,452.51 Applicable WSST Tax on this $0 Amendment Revised Contract Sum $222,006.69 AMENDMENT - 1 OF 2 Original Time for Completion 12/31/17 (insert date) Revised Time for Completion under 12/31/18 prior Amendments (insert date) Add'l Days Required (±) for this 0 calendar days Amendment Revised Time for Completion 12/31/18 (insert date) The Consultant or Vendor accepts all requirements of this Amendment by signing below, by its signature waives any protest or claim it may have regarding this Amendment, and acknowledges and accepts that this Amendment constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Amendment, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Amendment, unless otherwise provided, does not relieve the Consultant or Vendor from strict compliance with the guarantee and warranty provisions of the original Agreement. All acts consistent with the authority of the Agreement, previous Amendments (if any), and this Amendment, prior to the effective date of this Amendment, are hereby ratified and affirmed, and the terms of the Agreement, previous Amendments (if any), and this Amendment shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding on the parties of this contract, IN WITNESS, the parties below have executed this Amendment, which will become effective on the last date written below. CONSULTANT/VENDOR: CITY OF KENT: By: By: (signature) (signature) Print Name:—Masood Mesbah Print Name: Dana Ralph Its Vice President Its Mayor DATE: 04/11/2018 (title) DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) &k:rk Kent Law Department AECOM Upper Noll Crk Darer 2 Anid 21L!nco�n AMENDMENT - 2 OF 2 Exhibit A PROFESSIONAL ENGINEERING SERVICES UPPER MILL CREEK DAM IMPROVEMENTS SCOPE OF WORK March 22, 2018 The City of Kent(City) prepared a Drainage Master Plan (DMP) in September 2008 and the flood capacity of Upper Mill Creek storage facilities was reviewed. "High" priority was assigned to these facilities because flooding of these structures may cause risks to public safety, major roadway transportation, emergency vehicle access, the business community, and water quality. Under this scope, AECOM will assist the City with remaining design elements in order to receive the dam safety permit and prepare "Ready to Advertise" (RTA) drawings and specifications. PROJECT WORK ELEMENTS The following tasks are included in the scope of work: • Task 1 — Project Management • Task 10— Bid Set Completion Task 1 — Project Management Project activities will be coordinated and directed with the goal of completing all work within budget and schedule and meeting City objectives and expectations. Coordination and liaison with the City will be biweekly to ensure that the objectives are met. Two (2) in-person coordination meetings are anticipated, one at midpoint and the final review meeting. Prior to starting work on any activities outlined within this Task, AECOM will request a notice-to- proceed from Kent, and Kent will provide this notice to AECOM before work can begin. Progress, schedule, and budget will be monitored weekly. AECOM will provide Kent a set of progress Plans and Specification every two weeks, so that Kent can verify that the work is progressing accurately and efficiently. Invoices will be generated every four weeks. Monthly progress reports will be provided summarizing work completed during the performance period and showing used and available budgets. AECOM will conduct in-house quality control reviews and independent technical reviews for all deliverables prior to submittal to the City. All review comments will be documented and addressed. Work includes project management scope and budget through the completion of the final RTA bid package. The scope does not include engineering services during the bid, award, and construction phases of the project. Deliverables: • Monthly status reports/invoices. t Exhibit A Task 10- Bid Set Completion Work associated with this task includes revisions to drawings and specifications to a "RTA" condition and associated activities as described below. Prior to starting work on any activities outlined within this Task, AECOM will request a notice-to- proceed from Kent, and Kent will provide this notice to AECOM before work can begin. Task 10.1 - Revise documents to address City requests and comments and to provide a package to the Dam Safety Office (DSO) for review. The scope of work includes the following subtasks: 1. Respond to additional review comments provided December 15, 2017. 2. Provide design for removable guardrails on north side of Fish Ladder (Sections A, B & C, Sheet S14). 3. Provide grating/walkway and removable guardrails along fish screen entrance to Diversion Structure (Sheet S13, Section C on Sheet S15 and Sheet M08). 4. Design new wall downstream of Fish Ladder to retain ramp (Sheet S13 and Section E on Sheet S16). 5. Revise Impact Stilling Basin configuration to eliminate need for additional ROW to the West of 104th. Revise hydraulic analysis for DSO review. (Sheets 506, S09, & S18). 6. Revise Impact Stilling Basin design to lower it for improved sightlines on roadway (Sheet S09 and S 18). 7. Add HDPE closure between slide gate and trash rack at entrance to Fish Ladder(Detail 1, Sheet M04). 8. Provide Debris Cage Lid with access door(Detail 1, Sheet M02). 9. Provide guidance for demolition plans (C drawings) and add notes on S drawings as appropriate. Task 10.2 - Respond to Outstanding Comments 1. Specification of a seal (Sheet S07 and Note 1 on Sheet S08). 2. Respond to comments regarding Waterman Gate and actuator coordination. 3. Respond to City comments from drawing set submitted to DSO in February 2018. 4. Finalize Comment/Response form. Task 10.3-Complete Bid Set-Civil Drawings (City) 1. Review and comment on City's General and Civil drawings for consistency with S and M drawings. Task 10.4-Complete Bid Set- Structural Drawings 1. Modify for consistency with updated Civil and Metal drawings. a. Revise S01 to include special inspections and other DSO requirements for inspections. 2. Complete incorporation of City comments. 2 Exhibit A Task 10.5—Complete Bid Set- Metal Drawings 1. Make the following revisions to the Debris Cage as requested by the City: a. Add interior and exterior WISHA compliant ladders with 24" wide interior ladder to accommodate ladder ups. Enlarge opening and Debris Cage as needed to accommodate ladders, however keep Debris Cage size to fit within existing concrete slab footprint. b. Add removable guardrails around the top of the Debris Cage. Provide theft deterrent connection for removable guardrails using unique bolt heads. c. Revise lid to be comprised of removable grating and hinged grating to serve as an access hatch at the interior ladder. Revise framing at the top of the Debris Cage. Coordinate with City to determine location of hinged grating and swing direction. 2. Complete calculations for Debris Cage and organize the structural calculation package including the calculations for the DSO changes. Task 10.6—Complete Bid Set- Electrical Drawings 1. Review and modify Electrical Drawings for consistency with updated S and M drawings. Task 10.7—Complete Bid Set- Specifications 1. Update specifications to address comments and incorporate changes as needed for consistency with updated S and M drawings. 2. Special inspections required by DSO for the MSE dam and structural elements shall be listed in the specifications. 3. Assume City to format and incorporate with City front end portion of the specifications. Task 10.8—Complete Bid Set—Cost Estimate 1. Update quantities to reflect changes to Impact Stilling Basin, grates, guardrails, and retaining wall at the Diversion Structure. 2. Update estimated construction costs. Task 10.9—Review City Responses to Dam Safety Comments 1. Per City direction, assume that City will address outstanding administrative comments and DSO requirements. Scope limited to reviewing City's responses. Task 10.10— Internal Quality Review 1. Perform an Independent internal Quality Review of the final bid set package and document the review process to verify that all comments are satisfactorily addressed. Task 10.11 —Bid Package Review Conferences 1. Participate in midpoint meeting with City to review progress bid set drawing and specification package. 2. Participate in meeting with City to review final bid set drawing and specification package. 3 Exhibit A Task 10.12 — Respond to City Comments from Review Conferences 1. Respond to new City comments from the progress and final review meetings. One set of new, combined comments from the City are assumed after each meeting. Comments are assumed to be minor in nature, with no additional design required. Task 10.13— Finalize Ready to Advertise Package 1. Address and incorporate final minor comments from City. 2. Update title blocks, stamps and signatures. 3. Assume PDF copy will be sufficient for City and wet-signed hard copy not required. 4. Print and provide final bid set drawings for submittal to DSO. Deliverables: • Final Ready to Advertise Package - Drawings and Specifications • Full size printed hard copy drawings for DSO • Complete Final Design package to DSO ESTIMATED SCHEDULE The following table summarizes the estimated schedule for completing the remaining work to deliver the Final RTA Package to the City. The schedule is based on an assumed receipt of Notice to Proceed, and assumes that final comments from the City will be provided in a timely manner as indicated. Based on these assumptions, the tentative date for Advertising for bids is May 28, 2018. Milestone Date Notice to Proceed April 9, 2018 (assumed) Progress Drawings and Specifications to April 23(14 days after NTP) City Midpoint Progress Review Conference April 30 (7 days following delivery of Progress and City Progress Comments to AECOM Set Final Drawing and Specifications to City May 7 (7 days after conference/comments) Final Review Conference and City Final May 14 (7 days following delivery of Final Review Comments Drawings and Specifications) Response to Final City Comments May 21 (7 days after receipt of comments) Final Ready to Advertise Package May 24 (10 days after receipt of comments) Advertise for Bids May 28(tentative) 4 a 0 J o y m O bXS o ° D g ,mr m rt 3-o� T y ymy m m m d d m d myI d m d m d d JCS jKxF F FFlwr X xF Fm �(mf O O O m 0 0 0 0 0 d O 0 0 0 0 0 n tr w tJ N+pm Of V m01>W N�r11 =d n w l I I I I 1 1 1 1 1 1 1 1 o y `0'o m M 0 0 0 0 0 0 0 0 $g u 4 m g F y � ro iomiemm w �� 1D 'n� f71e$mmmro am �" ro O d -'m L m m m m o p m � m Aiiaiin`ano m 333c� ten=n(nmrn(nrnm 0 w » nmm_rviAa_ 12 m m e _. m n 3 m c m O m m 4 c $ �5. Q�d 03 c A E m a$ Sam 8 m m o 3 m 1 0 fr �m �' m °A O pO m C O D O d Ix W N N A Tr N A N A m $11.50 Od DenHerder(Woject Manage C N V A 5742.53 Jeff Walker(Asst PM) A 3 N N N N N N N O =160.66 Carla Talich(Project Engineer) C n vz N 0 m m e a m m A A a m a N A m A 5177.50 Rod DenHefder(Project Enginee �i mom ylD-1 3D a A o $105.00 Staff Civil Engineer m D; .TI M m O $211.25 Senior Dam Engineer(ITRIDC) In m z ' A $253.66 Ted Feldsher(Principal Engineer to N A A A m 181- A $160.00 Kerry Fearrington(Structural) m A ^� S239.41 Dave Staley(Electrical DA/DC) A N N N A A $167.76 Tom Merritt(Electrical Engineer) N $135.58 iren Eacarez(Electrical CAD) ^'a a^r A$' $125.69 ADDIGIS/Graphics S91.86 dministration N N OI O m N m N A m m N 0 O O otal Hours N pN N N N N N N N N N N N N N N N N v A N 1Dp Am-pp+W m W V•N N W N N N Total Cost U N oNp!N j��OAppmL N V ptl tNp fppJ�� pp fT 0W LO OUf(�App F�AOO IO(Wy�QLQ�� pN tpT •Ni OO m NOSA m mm OTC-. O 8 9 d O ACOOR ® CERTIFICATE OF LIABILITY INSURANCE DATE 03 rYYYY) 271201812018 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 pollcy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Marsh Risk&Insurance Services PHONE FAX CA License#0437153 _IAIC.No. NO; _ IC,Net: 777 South Figueroa Street E-MAIL ADDRESS: Los Angeles,CA 90017 Atin:LosAngeles.CertRequest@Marsh.Com INSURERS)AFFORDING COVERAGE NAIC_0 CN101348564-STND-GAUE-18.19 _ 08 2018 INSURER A:ACE American Insurance Company 22667 INSURED AECOM INSURER B:NIA NIA AECOM Technical Services,Inc. INSURER C:Illinois Union Insurance Co 27960 1111 Third Avenue,Suite 1600 Seattle,WA 98101 INSURER D:SEE ACORD 101 INSURER E: INSURER F., COVERAGES CERTIFICATE NUMBER: LOS-002350793.07 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD JMa POLICY NUMBER MMIDDIYYYY) IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY HDO G71093669 04/01/2018 0410112019 EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE OCCUR PREMISES Ea occurrence S 2,000,000 I MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I I GENERAL AGGREGATE $ 2,000,000 X POLICY1:1 P JERO- ❑CT LOC PRODUCTS-COMPlOP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY ISA H25157229 04/0112018 04/01/2019 Ea OMBINED SINGLE LIMIT a S 1,000,000 ccident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY Per accident S AUTOS ONLY AUTOS ( ) HIRED NON-OWNED PROPERTY OHMAGE $ AUTOS ONLY AUTOS ONLY _(Per accident $ UMBRELLA LIAR OCCUR EACH OCCURRENCE S EXCESS LIAR CLAIMS-MADE I AGGREGATE $ DIED RETENTIONS $ D WORKERS COMPENSATION SEE ACORD 107 04/01/2019 X PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETORIPARTNER/EXECUTIVE E.L.EACH ACCIDENT S 2,000,000 OFFICERIMEMBEREXCLUDED? �N N 1 A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 2,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ 2,000,000 C ARCHITECTS&ENG. EON G21654693 04/01,2018 04/01/2019 Per ClaimlAgg 2,000,000 PROFESSIONAL LIAB. "CLAIMS MADE" Defense Included DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schodule,may be attached If more space Is requlrod) Re:Upper Mill Creek Dam City of Kent is named as additional insured for GL&AL coverages,but only as respects work performed by or on behalf of the named insured and where required by written contract. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect to the GL&AL coverages. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Public Works Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE of Marsh Risk&Insurance Services James L.Vogel @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN101348564 _ LOC#: Los Angeles ACCOR"® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Marsh Risk&Insurance Services AECOM AECOM Technical Services,Inc, POLICY NUMBER 1111 Third Avenue,Suite 1600 Seattle,WA 98101 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation/Employer Liability Cont. Policy Number Insurer States Covered WLR C64788759 Indemnity Insurance Company of North America-NAIC#43575 AOS WLR C64788723 ACE American Insurance Company-NAIC#22667 CA and MA SCF C64788747 ACE American Insurance Company-NAIC#22667 WI Retro WCU C64788802 ACE American Insurance Company-NAIC#22667 OH,Ohio Qualified Self Insured(QSQ-SIR:S500,000;Only applicable to specific qualified entities self-insured in the state of Ohio ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 3 POLICY NUMBER: ISA H25157229 Endorsement Number: 8 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: AECOM Endorsement Effective Date: SCHEDULE ...__.....----- Name Of Person(s)Or Organization(s): Any person or organization whom you have agreed to include as an additional insured under a written contract or provided such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained In Paragraph A.I.of Section II-Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 y c �$° v ' f3 ? p �$S°m.� `�•' o�n« Q: re n0 i mm $a as, � n�Oo n � Z� � A S((Q1�4g • N� cg a_ w 5 it g Rig g 5 Z �O e emf rp[ �ej ]3� p y', `yQMpf m o Z F. J Sol a8 0 3 ? �ogme'� 8�a`gW C ' m �- nr Pn m o fl L Oz y a 4d +� gmTo �cn a i I �Crn 9 a �_��a� •�� O/�NC t�q tlf @@ c a oYn x,. C W I 0 n a �St _ rn .pnm n��p� 9BIcraIm p�Xe tl hh(tT.l o� R t Orm OX m3�«a[�t 7g~g��a�Yc,�S r 1 3 a S elf gs s�' = _ � SwE �s• Qgnj 00) o 3 S°&�' o ecl h O o 1j N v 9- RIM 01 �re SO, w ci C O CL to to tl N r N a �>� �U m W CL s Om O C N P m O AI �Pa R N � � 7a, � O � O tl C S a � ryo 1 POLICY NUMBER: HDO G71093669 Endorsement Number: 5 COMMERCIAL GENERAL LIABILITY CO 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Or anizationts} Location And Description Of Completed Operations Any person or organization whom you have agreed to All locations where you are performing work for such include as an additional insured under a written additional insured pursuant to any such written contract. contract,provided such contract was executed prior to the date of loss. i I Inf E i I ormation re aired to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II —Who Is An Insured is amended to S. With respect to the insurance afforded to these Include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided la the additional insured is "property damage"caused, i whole or part, by required by a contract or agreement, the most we ..your work" at the location n designated and described in the Schedule of this endorsement will pay on behalf of the additional insured is the performed for that additional insured and amount of insurance: included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured CG 20 37 0413 0 Insurance Services Office, Inc ,2012 Page 1 of 1 r / ; / f / rrari i 1 / / i / / I / / r / / / / / / / / , o / f / , Y / / / / f/ r / / / / / f / r / r / 0 / / / / rr // ✓ / � / r, r �' r of / �, ;o / /, �„�<, ri'i r f f / / / r , / / / / I / / / / / / / f / f � // / o / / / / 1 / / / r / / / / 1 / / r / / / / / I / /J;/ / l r / r / / / / I rr r / / / r / I / / / r / r / r / / / / / / r / r � r r �// / I � / � � f / l . �r / / f � � r / � 1 I /r � / r / I � l , r / / � r � / 1 r r l/ , / / / / / r r / / / / / / / / / / / / / • KENT Agenda Item: Consent Calendar - 8E Wns HI.r,To M TO: City Council DATE: April 17, 2018 SUBJECT: Contract Amendment with AECOM for Upper Mill Creek Dam - Authorize MOTION: Authorize the Mayor to sign a contract amendment with AECOM for engineering services in the amount of $107,452.51, for the completion of the design of the Upper Mill Creek Dam project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: AECOM, an Engineering consulting firm, was selected to perform engineering services for this project and has completed the majority of the design work. Permitting the dam endeavor has proven difficult and time consuming, taking over two years to accomplish. As a result of the permitting process, numerous changes were required to meet requirements. Permits required include a Corps of Engineers permit, a Washington State Department of Fisheries permit, a State Department of Ecology permit for the dam raising and consultation with the Muckleshoot Indian Nation. After many exchanges over the past year, we believe we are ready to finalize the design, and hopefully obtain the permits in time for construction commencement this summer. The proposed contract amendment addresses costs that will be incurred to finish the design based on comments from permitting agencies. EXHIBITS: Amendment No. 2 RECOMMENDED BY: Public Works Committee YEA: Troutner, Fincher, Higgins NAY: BUDGET IMPACT: This project is included in the Drainage Master Plan and the Drainage Capital budget. STRATEGIC PLAN GOAL(S): N Innovative Government - Empowering responsible citizen engagement, providing outstanding customer service, leveraging technologies,and fostering new opportunities and industries that benefit our community. N Thrivina Neighborhoods and Urban centers - Creating vibrant urban centers, welcoming neighborhoods, and green spaces for healthy growth and cultural celebration.