Loading...
HomeMy WebLinkAboutPW18-379 - Original - Jacobs Engineering Group, Inc. - Green River Natural Resource Area Pump Station - 09/24/2018 KENT 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 completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. Z Blue/Motion Sheet Attached Z Pink Sheet Attached Vendor Name: Jacobs Engineering Group Inc. Vendor Number (]DE): Contract Number (City Clerk): Category: Contract Aareement Sub-Category (if applicable): _(J,uuo w iiln _,___._- Project Name: Green River Natural Resources Area South Pump Station Contract Execution Date: Date o the Mayor's signature Termination Date: 12/31/19 Contract Manager: Steve Lincoln Department: PW_: Engineering Contract Amount: $327,900.00 Approval Authority: El Director 0 Mayor Z City Council Other Details: Provide enaineerina design services for the Droliect. y CONSULTANT SERVICES AGREEMENT between the City of Kent and Jacobs Engineering Group Inc, THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Jacobs Engineering Group Inc. organized under the laws of the State of Delaware, located and doing business at 1100 1121h Ave. NE, Suite 500, Bellevue, WA 98004, Phone: (425) 233-3102, Contact: Erik Brodahl (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide engineering design services for the Green River Natural Resources Area South Pump Station Project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by December 31, 2019. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Three Hundred Twenty Seven Thousand, Nine Hundred Dollars ($327,900.00), 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 thirty (30) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion, IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) I ri 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. INDEMNiIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and. Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Reg ycl Ile MateriaBS. 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 o�. 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 farce and effect. C. ResaOution of D sputec and f nverndna 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 CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) i of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. A i nit. 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. ity business License Reouired. 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$20,000) K. Cgs nterparts and 5ignature5_b F x r Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT: By:w__ ...._..._. BY7 (signature) (signature) Print Name: Donald K. Nelson Print Name; Dana Raluh Its Divisional Vice President zts Mayor Ft DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Erik Brodahl Timothy J. LaPorte, P.E. Jacobs Engineering Group Inc. City of Kent 1100 112'h Ave. NE, Suite 500 220 Fourth Avenue South Bellevue, WA 98004 Kent, WA 98032 (425) 233-3012 (telephone) (253) 856-5500 (telephone) N/A (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: K n Cit Clerk IacoLz GRNNA 5ou[F P$/Lincoln W CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Jacobs Engineering Group, Inc. Title: Divisional Vice President Date: /,'°r'i ✓✓ j EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: _ _.. For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 Exhibit A City of Kent SCOPE OF SERVICES GRNRA South Stormwater Pump Station and Force Main Engineering Design Services Jacobs Engineering Group Inc. August 2018 1. PROJECT UNDERSTANDING Studv Area Issues l Problems: The Green River Natural Resource Area (GRNRA) within the City of Kent (City) is a 304-acre stormwater treatment, flood control and wildlife habitat area located within the Kent Valley. The project converted previous sewage treatment facilities to the current use in 1996, and includes a 35-acre lagoon, 20-acre constructed wetland, and three smaller pre-settling ponds (5.6 acres total). The GRNRA contains extensive plantings and provides trails, significant habitat, wildlife diversity and multiple uses. The GRNRA has experienced high flood and stormwater runoff rates and has had higher operating levels than the design target elevations, resulting in a loss of active flood storage Capacity. Ongoing redevelopment and increased stormwater runoff in the drainage basins upstream of the GRNRA have necessitated the need to control flooding and for additional upstream stormwater diversion from the GRNRA. The City has worked with Anchor QEA to perform preliminary engineering and an alternatives analysis to develop solutions to the flooding issues. The City has selected a combination of alternatives from the Anchor QEA report to proceed into the design and construction phases. The first alternative features a proposed stormwater pumping station located NW of the intersection of West James Street and 6411 Avenue South. The stormwater pump station facilities are anticipated to include a precast concrete wet well; two wet well-mounted pumps (VFD controlled); a flow meter, and three shelters; one over the pump enclosure; one over electrical, control system, and telemetry cabinets; and one over the proposed standby generator set with a sound-attenuated enclosure. These shelters will be designed to allow for easy movement of personnel and equipment within them. Also associated with the stormwater pump station facilities will be a precast concrete diversion structure with a weir, 40 lineal feet of a a- foot by 5-foot precast concrete box culvert, and approximately 100 lineal feet of gravity pipe (size to be determined). The proposed HDPE force main (approximately 2,600 lineal feet, size to be determined, and to be designed separately by the City) will be routed west along West James Street, south and west around the Kent Ice Center, west along the southern portion of the City's Public Works Operations Facility, and north along Russell Road to the connection to the existing 30-inch diameter Green Raver outfall (which will likely need debris removal; and minor repairs, to be determined by the City). August 2018 Page 1 of 13 Jacobs Engineering Group Inc. The second selected alternative features a high flow gravity bypass connection to the existing outfall to the Green River. This proposed system will include a precast concrete vault with a weir, a new manhole and catch basins, and approximately 330 lineal feet of 30-inch diameter pipe. Ryiect Goals and Objectives: Provide a pump station system capable of diverting up to 25 cubic feet per second (CFS) of stormwater runoff from the drainage channel along 641h Avenue South to outfall to the nearby Green River, adjacent to the intersection of South 2401h Street and Russell Road South. Provide a high flow gravity bypass to divert stormwater runoff from the drainage channel located at the southeast corner of Hogan Park. The City has asked Jacobs Engineering Group Inc. (Jacobs/ Consultant)to provide engineering design services for the stormwater pump station, high flow bypass, associated flow diversion facilities and piping, and force main sizing, as described for the alternatives above. The City will provide engineering design services in-house for the remaining force main portion of the work, which will be bid as a separate contract package by the City. Additionally, site work will include grading, paved site access, lighting, a stormwater detention/treatment system for new impervious area (including LID features as necessary), fencing, and landscaping. Bidding and construction phase services are not currently included with this scope of services, but may be added by amendment. The services herein are the subsequent phase of the work started with the Initial Field Reconnaissance Services, as described further below. 2. ASSUMPTIONS In order to expedite design work for this project, the City amended the scope of an existing contract for the GRNRA Pump Station and Force Main Project Evaluation and Alternatives Analysis, to perform Initial Field Reconnaissance Services for the GRNRA South Stormwater Pump Station and Force Main project described above. The amendment included preliminary topographic survey research; performing wet and dry utility locates; and performing geotechnical field exploration, laboratory testing for soils properties, and a draft geotechnical report. Engineering design services necessary to complete a bid package for the project will be performed as part of this contract. City design of the force main system, with the exception of sizing the force main, is assumed to be bid under a separate contract and will not be incorporated into the Consultant design package. Completion of the design will rely on work performed by the City and others during the alternatives analysis, with a peer review to be performed by the Consultant. It is assumed that all provided pumping rates and pipe sizes are generally sized for the intended project purpose. This scope of work is based on the following assumptions: • City will provide record drawings of existing City utilities in project vicinity for reference. August 2018 Page 2 of 13 Jacobs Enginccring Group Inc. i • City will provide topographic survey services in general accordance with previous scope of work for Phase 1, including field topographic survey, and preparation of project base maps to be provided to Jacobs. • The City will separately contract to pothole utilities to verify feasibility of design layout and alignment and to provide measurements as needed for potential utility conflicts, as determined to be necessary by the City. Field measurements by the potholing company will be provided (survey of exposed utilities will not be performed). • Design will proceed as a combination of the alternatives described above, and will not include advancing other alternatives. • The Consultant will confirm the design pumping rate for the stormwater pump station and the force main size, in conjunction with input from the City. Additional hydraulic modeling and confirmation of incoming flow rates and weir gate levels will be included in this scope of services, and computations for confirming capacity of facilities will be provided by Consultant. Consultant will provide a cursory check of inputs and results of the previous hydrologic analyses listed below, with additional hydraulic modeling of the weirs, pumps, and force mains. • Changes to the potential upstream development extents and area classifications are not included in this scope, or additional iterations of the hydrologic runoff computations. • The City will provide the 2017 Riverbend Development Project report prepared by Anchor QEA, with supporting information including any available hydrologic and/or hydraulic modeling files. • The City will provide the MGS Flood modeling files developed by Anchor QEA in 2008 for the City's Drainage Management Plan (DMP)for the project area, and files associated with the 641"Avenue South to West Meeker Street Stormwater Improvement Alternatives Feasibility Evaluation, including any HEC-RAS channel geometry files and MGS Flood modeling files, as available. • It is assumed that a hydraulic transient (surge) analysis will not be required for this project. • The weirs at the flow diversion structures will be manually adjusted, and not automated or tied to the telemetry system. • Standard debris removal structures suitable for ditches in upstream system will be included; specialized screening facilities are not part of this scope of services. • The existing concrete cylinder pipe outfall to the Green River has an adequate rating for the pressures associated with the new stormwater pump station and force main system, and is in suitable condition other than needing debris removal and minor repairs (City to confirm this by TV inspection). The City will perform the debris removal and minor repairs separately from this project/contract. The new force main will connect to an existing manhole, and it will not be necessary to connect to or modify the existing 30- inch diameter outfall pipe. • Basic utility building architectural design for the CMU pump enclosure, electrical equipment enclosure, and generator set enclosure will be provided; specialized architectural features will not be incorporated. Enclosures will not require insulation, fans, or other HVAC equipment. • Structural design of the wet well is not included (assumed to be precast concrete). • Design of temporary shoring and dewatering systems will be the Contractor's responsibility. • Three-phase power is readily available adjacent to the site, and a transformer vault will be installed near the new stormwater pump station facilities (City to confirm with Puget Sound Energy[PSE]). August 2018 Page 3 of 13 Jacobs Fngincering Group Inc. • The City will coordinate with PSE regarding design and installation of electrical service and transformer for the pump station, including application and payment for service. • The Contractor will be responsible for obtaining any necessary electrical permits required for construction. • The generator set will be housed in a standard "quiet-site" enclosure rather than a custom sound-enclosure (as manufactured by Alum-Tek, etc.). • Services of an acoustical consultant are assumed to not be required. • Traffic control plans will be City-prepared and contractor modified as needed (not included as part of this scope). • City will lead and prepare the submittals of all City permit applications. City permitting support from Consultant is not included in this scope of services. • The City is currently preparing a wetland evaluation for the project site under a separate effort. • City will lead and prepare all environmental permit applications. Environmental permitting support from Consultant is not included in this scope of services. • City will prepare Stormwater Pollution Prevention Plan (SWPPP). SWPPP development support from consultant is not included in this scope of services. • City will prepare the storm drainage report associated with the proposed site, as needed for permitting. Consultant will provide proposed pervious and impervious areas associated with the site to the City at the 50 percent design stage with updates at the 90 percent design stage. It is assumed that a water quality facility will be necessary to treat runoff from the site, but that detention / quantity control will not be necessary. The City will select and size any required water quality facility, for inclusion with Consultant's site drawings. It is also assumed that infiltration into existing site soils will not be feasible. • Design of a standard 10-foot wide landscaping strip around the edge of the stormwater pump station site is assumed. Wetland buffer mitigation plantings and/or specialized LID plantings are not included in this scope, and would need to be added as an amendment from the City if necessary for the project. • City will provide community involvement/public relations as needed for the project. • City will be responsible for right-of-way, easement, and property acquisition as needed for the project, including acquisition of title reports. • Some elements of the project schedule are beyond the Consultant's control, including topographic survey and creation of project base maps, City and environmental permitting, and right-of-way/easement/property acquisition. These elements may have variable timeframes, and could potentially impact the design delivery schedule. • This scope of services ends with final design; bidding and construction phase services, including preparation of issued for construction (i drawings and conformed specifications are not part of this scope. Preliminary estimates of construction cost prepared by the Consultant represent the Consultant's best judgment as a design professional familiar with the construction industry. It is recognized, however, that neither the Consultant nor the City has control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding, market or negotiating conditions. Accordingly, the Consultant cannot and does not warrant or represent that project costs will not vary from the estimates of construction cost or evaluation prepared or agreed to by the Consultant. The City has provided and will provide certain additional documents including the following: August 2018 Page 4 of 13 Jacobs I?ngineering Group Inc. • Preliminary location for stormwater pump station • Preliminary alignment for force main • Preferences for facility type, pumps and related equipment, generator set, etc. • Wetland and biological evaluations and reports • 2017 Riverbend Development Project report 6411 Avenue South to West Meeker Street Stormwater Improvement Alternatives Feasibility Evaluation memo • Hydraulic modeling information for river and stormwater pump station • Hydrologic and hydraulic modeling files associated with preliminary engineering and previous analyses, as described above under assumptions • GIS data for project area • Topographic survey and base maps for project area • Potholing measure-downs to other utilities adjacent to the proposed pump station or gravity bypass piping • Standard City specifications and contract documents in Microsoft Word format • City standard details in AutoCAD and/or PDF format • Sample plans and specifications from recent City stormwater pump station contract (James Street Stormwater Pump Station)for reference • Storm drainage report for proposed site, including selection of water quality treatment facility 3. PROPOSED SCOPE OF WORK FOR ENGINEERING DESIGN Below are the identified tasks for the project. Before the start of each task of work, Jacobs will obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work. Task 100— Project Management The purpose of this task is to provide oversight and management of the work including contract administration, quality review and assurance, and periodic communication with the City. Activities: Obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work for this task. Pro ect Administration. The following activities are included: • The Consultant will manage the project according to the Scope, Schedule, and Budget as defined in herein and as contracted. • The Consultant will update the project plan developed during Phase 1 to accommodate any modifications to the planned scope of services. • The project schedule will identify significant tasks and anticipated durations, significant milestones, and agency reviews and approvals. August 2018 Page 5 of 13 Jacobs Engineering Group Inc. • The Consultant will monitor the schedule and prepare updates monthly, as necessary. • The Consultant will prepare a monthly progress report to accompany each monthly invoice. Progress reports will include a narrative of work completed, schedule adherence, budget adherence, and anticipated work for the next period. • The Consultant will prepare meeting agendas, which will include review of action items and significant decisions. Action items will include action, responsible party, and resolution date. Periodic Communication. The Consultant will maintain regular communication with the City's Project Manager to discuss and review information and issues that may affect the progress of the work. Communication may include phone conversations, scheduled meetings, and electronic communication. The Scope of Work includes one two-hour project management meeting per month for the Consultant Project Manager, including agendas and meeting notes. This Scope of Work includes an allowance of five (5.0) man-hours per calendar month (up to six (6) months) for periodic communication to support the City's Project Manager in completion of the work. Quality Control. The Consultant will implement quality assurance procedures so that project deliverables are subjected to in-house reviews prior to submittal to the City. These reviews will be conducted under the direction of the Consultant's Project Quality Assurance Manager, Manager of Projects, and Project Manager, and will focus on checking the major elements with respect to adequacy of response to the specific design challenges, conformance to accepted design practices, compliance with the City's standards and that the work is of professional quality meeting the customary standard of care. Deliverables: The following Deliverables are included in this Task: • Project schedule identifying significant tasks and anticipated durations, significant milestones, and agency reviews and approvals. • Monthly Progress Report & Invoices. • Periodic communications documentation as requested. Task 200— Geotechnical Engineering Services The purpose of this task is to provide a final geotechnical engineering report with project recommendations, based on information obtained and the draft geotechnical engineering report from the Initial Field Reconnaissance Services phase of this project. Assumptions: • The geotechnical engineering subconsultant will research available soils and data from other reports in the project vicinity. • The City will provide any adjacent geotechnical studies (such as for the Public Works Operations Facility). • Preliminary infiltration evaluation as needed for LID facilities will be provided to determine the feasibility of on-site infiltration. August 2018 Page 6 of 13 Jacobs Engineering Croup Inc. • It is assumed that the geotechnical recommendations report will be made available to prospective bidders and the contractor, and a separate geotechnical data report (GDR) will not be developed. • Jacobs plans to subcontract with HWA Geosciences, Inc. (HWA)to complete this task (as a continuation of the previous phase). Activities: Obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work for this task. Data Review. The City will provide copies of previous studies, information, and any known issues with subsurface conditions for the project area. The geotechnical subconsultant will review the data and applicable reports, and incorporate the research into their report and recommendations. Final Geotecftnical Report. The geotechnical consultant will complete an engineering analysis from data derived from the field explorations. The analysis will include development of seismic design parameters, foundation design, uplift evaluations, dewatering analysis, potential for onsite infiltration, temporary shoring earth pressures, permanent earth pressures and trench backfill recommendations. The final geotechnical report will contain results of the geotechnical engineering investigation, including description of surface and subsurface conditions; a site plan showing exploration locations and other pertinent features; summary boring logs; and laboratory test results. The report will provide a narrative and geotechnical recommendations for each of the above described geotechnical aspects of the project. Deliverables: • Schedule providing delivery dates for all other deliverables under this task. • Final geotechnical report, electronic version, three hard copies for City, and two hard copies for Consultant. • Plan review related to the geotechnical aspects of the project at the 50 percent milestone. Task 300 — Peer Review and Calculations The main purpose of this task is to review and verify data prepared by another consultant relating to the incoming flow rates and sizing of the pump station facilities, and to confirm computations for sizing the proposed diversion facilities, pump station, and force main. Activities: Obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work for this task. August 2018 Page 7 of 13 Jacobs Engineering Group Inc. i Review 2017 Riyerbend Development Report. This effort is not intended to be a full, detailed review of this report. The review will focus on relevant data relating to the hydrologic stormwater runoff associated with proposed development tributary to the system of open channels adjacent to the proposed GRNRA South Stormwater Pump Station. The Consultant will review inputs, assumptions, and results associated with this analysis. This is intended to be a cursory review of up to eight (8) hours total to make sure this analysis seems reasonable. Further work associated with exploring items of concern or correcting calculations is not included in this scope, and may be added by amendment from the City if deemed necessary. Peer Review of 841"Avenue South to West Meeker Street Stormwater Improvement Alternatives Feasibility Evaluation memo. Consultant will provide a emserypeer review of this f 02-page memo and supporting documentation. The purpose of this peer review is to verify the incoming runoff rates, hydrology, and hydraulics associated with sizing the proposed GRNRA South Stormwater Pump Station. Consultant will verify validity of the improvement options selected by the City. The design pumping rate for the proposed station will be selected, with input from the City. This is intended to be a moderate level of review of up to 32 hours total to make sure this analysis seems reasonable. Further work associated with exploring items of concern or correcting calculations is not included in this scope, and may be added by amendment from the City if deemed necessary. Hvdraulip Modeling,. Consultant will confirm hydraulic modeling for the open-channel system, focusing on the weirs and gravity storm drains directing runoff from larger storm events to the proposed station and bypassing the existing stormwater pump station at the southeast corner of Logan Park. Consultant will also develop spreadsheets to perform total dynamic head (TDH) calculations used to size the proposed pumping equipment and force main. Peer Review Summary Memo. Consultant will provide a technical memo summarizing the Task 300 activities. Deliverables: • One-page technical memo summarizing peer review findings and sizing calculations/determination (electronic). • Hydraulic modeling files and spreadsheet. Task 400— 50 Percent Design The purpose of this task is to provide 50% level design drawings, specifications/contract documents, and an opinion of probable construction costs (OPCC)for disciplines including civil, mechanical, structural, architectural, HVAC, electrical, and landscaping. To obtain concurrence that the proposed design concept is aligned with the City's project goals, the Consultant will provide conceptual-level drawings of the stormwater pump station, bypass facilities and gravity piping. Concepts in the selected alternatives from the previous alternatives analysis will be advanced to this higher level of detail to obtain City input prior to full 50 percent- level plan development. August 2015 Page 8 of 13 Jacobs Engineering Group Inc. Activities: Obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work for this task. Preliminary Drawings/Calculations/Research. The conceptual-level design drawings will focus on establishing the location and approximate size and layout of the main components of the stormwater pump station, and establishing the necessary property dimensions. Similarly, the drawings will focus on the plan view layout of the gravity piping and bypass facilities. Gravity piping profiles and connection details will be provided for future submittals, after the layout has been accepted by the City. Included disciplines at conceptual-level design: Civil, stormwater pump station mechanical/ piping, electrical (one-line diagram only). Excluded disciplines at conceptual-level design: Structural, architectural, HVAC, and landscaping (other than showing rough planting locations on the plans). 50"/2 Drawings/Caiculati:ons/Research. The 50% level design drawings are anticipated to include the following: • Overall project cover sheet • Sheet index • General notes, abbreviations, and legend • Survey and datum information for existing site • Temporary erosion and sediment controls (TESC) • Wet well plan and profile • Pumping system layout • Gravity storm pipes, manholes, and catch basins plan and profile • Diversion structures and box culvert plan and profile • Control building • Plumbing • Structural cover sheet with abbreviations and legend • Structural special inspections • Pump enclosure roof • Concrete slabs and foundations • Structural plan and sections • Structural details • Architectural cover sheet with abbreviations and legend • Architectural plan and sections • Architectural details • HVAC system • Electrical cover sheet with abbreviations and legend • Electrical schedules including conduit and cable • Electrical site plan, with power and grounding August 2018 Page 9 of 13 Jacobs Engineering Group Inc. • Electrical plan and section views, including shelters • Lighting plan, details, and fixture schedules • Switchboard, motor control centers, and main control panel plans and elevations • Standby generator set • Electrical one-line diagram • Electrical details • Instrumentation diagrams • Landscaping plans • Landscaping details This scope of work assumes approximately 32 total drawings sheets will be necessary, although not all of these are necessarily expected to be provided at the 50% design stage. Electrical design will be prepared in accordance with current NEC and Washington State energy codes. Structural design will be prepared in accordance with current IBC. Additional details and/or drawing sheets may be added as needed between the 50% and 90% design stages. Snecificatlons. Technical specifications and contract documents in the City's standard format will be provided by the City for all disciplines and modified by the Consultant as necessary to address project specifics. OPCC. An OPCC will first be provided at the 50% design review stage, and further refined at future design iterations. The OPCC will not include the force main, which is to be designed separately by the City. Meetings. Attend a total of three (3) meetings with the City. One workshop with City Engineering and Operations staff(to discuss project preferences); one conceptual-level design review meeting with City to review conceptual plans and technical memorandum summarizing main design concept, goals, equipment, and City preferences (informal basis of design report); and one 50% level meeting to review design drawings, specifications/contract documents, and OPCC for disciplines including the civil, mechanical, structural, architectural, HVAC, electrical, and landscaping. Deliverables: • Three hard copies of half size conceptual-level design drawings (11 x 17-inch), and electronic (PDF) version. • Memo summarizing proposed design concept, equipment, and preferences (electronic version). • Three hard copies of half-size 50% design drawings (11 x 17-inch), and electronic (PDF) version. • Three hard copies of 50% technical specifications and electronic (Microsoft Word) version. August 2018 Page 10 of 13 Jacobs Engineering Group Inc. • Three hard copies of 50% OPCC and electronic (Microsoft Excel) version. Task 500 —90 Percent Design The purpose of this task is to provide 90% level design drawings, specifications/contract documents, and OPCC for disciplines including the civil, mechanical, structural, architectural, HVAC, electrical, and landscaping. Activities: Obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work for this task. Drawinuis/Specifications/OPCC. The items identified in the 50% stage will be further progressed and refined to the 90% design level. An updated OPCC will be provided at the 90% level. Meeting . The City and consultant will meet for a 90% design review meeting to discuss the City's review comments. Due to aggressive project schedule, consultant will continue to work after submittal of 90% design to City. Deliverables: • Three hard copies of half-size 90% design drawings (I I x 17-inch), and electronic(PDF) version. • Three hard copies of 90% technical specifications and electronic (Microsoft Word) version. • Three hard copies of 90% OPCC and electronic (Microsoft Excel) version. Task 600 — Final Design The purpose of this task is to finalize the design drawings, specifications, and OPCC for disciplines including civil, mechanical, structural, architectural, HVAC, electrical, and landscaping. Activities: Obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work for this task. Drawn s/S ecificationstOPCC. The items identified in the 50% and 90% design stage will be progressed to the final design level. An updated OPCC will be provided at the final design stage. Deliverables: August 2018 Page 11 of 13 Jacobs b:ngineering Group Inc. • Three hard copies of half-size final design drawings (11 x 17-inch) and three hard copies of full size final design drawings (22 x 34-inch), and electronic (PDF) version (all signed and stamped). • Three hard copies of final technical specifications and electronic (Microsoft Word) version (signed and stamped). • Three hard copies of final OPCC and electronic (Microsoft Excel) version. • Engineer's estimate (electronic version). Task 700—Control System, Instrumentation, SCADA, and Telemetry Design The purpose of this task is to provide design services associated with the control, instrumentation, alarms/SCADA, and telemetry systems associated with the new station. Assumptions: • The systems for this project will be of similar scope and complexity to other similar City stormwater pump station facilities. • Construction phase services (submittal review, RFIs, change orders, etc.) are not included in this scope of work. • Programming modifications to the Master Telemetry Panel at the City headquarters to communicate with the new stormwater pump station would be completed separately. This work would be proposed as a subcontractor during the bidding phase of the work, separate from the City's engineering contract. • Jacobs plans to subcontract with Systems Interface, Inc. to complete this task. Activities: Obtain written or verbal notice to proceed from the City's Project Manager prior to initiating work for this task. Technical Memorandum. The technical memorandum will summarize the main decisions, preferences, and equipment selections to be included in the project. Engineering Design Services. The following services will be included as part of this project: • Prepare bid specification text and drawings for a new Stormwater Pump Station. The specifications will include Division 16 (partial, remainder of section to be provided by Consultant Electrical Engineer) and Division 17 (complete). Significant equipment that will be specified include: o Pump Motor Controls o Variable Frequency Drives (used as phase converters) o Motor Contactors and Overload Protection o Instrumentation o Telemetry and Control Panel o Intrusion Monitoring (via Limit Switches, PIR Motion Sensors, etc.) o Wet well Level Detection (float based) o Check Valve Position Monitoring (via Limit Switches) o Programmable Logic Controllers (Siemens S7 series) August 2018 Page 12 of 13 Jacobs Engineering Group Inc. i o Radio Communication Interfaces t Power Monitoring o Interfaces to Generator and ATS systems o SCADA Interfaces at the Master Te lemetry et Station tion • Prepare a Radio Communications Path Stud t establish 'Ydirection , height, style, , and Y gain of the Stormwater Pump Station radio antenna. • Attendance by Systems Interface Inc. at one design coordination meeting at Jacobs or City of Kent offices. • Prepare an Engineer's Estimate for the Pump Controls, Instrumentation, Telemetry, and SCADA portions of the project cost (to be integrated in overall Consultant OPCC). Deliverables: • Draft technical memo, electronic version, • Final technical memo, electronic version and three hard copies. • Design input (plans and technical specifications) incorporated to overall Consultant 50%, 90%, and final design packages. 4. PROPOSED SCHEDULE (Phase 1 Kickoff Meeting: February 14, 2018) (Phase 1 Begin utility locating and survey control: February 19, 2018) (Phase 1 Complete field survey and processing (by City): March 12, 2018) (Phase 1 Complete geotechnical field explorations: March 12, 2018) (Phase 1 Complete geatechnical laboratory testing: March 28, 2018) (Phase 'I Complete draft gootechnical report: April 18, 2018) Phase, 2 notice to proceed from City: August 10y„2gt8 Complete peer reynical report: S.epterriber 6, 2018 Complete conceptual bw ar1d sizing computations: September 13, 2018 P g Submi o P drawings`forrevlew by City:, September 27, 2018 Submit 50/a design for review by City see attached City complete 50% design reyiew• "' October 17, 2018 October 24, 2018 Submit 90% drawrrlgs•,s(r6ciflcatlons, and OPCC for City r6V1ew:.,W November 21, 2018 City complete 9661-1 design review: FinaFdesigm aeCeni 6, 2018 January 1�,201.9 END OF SCOPE OF WORK August 2018 Page 13 of 13 8 Jacobs 11,ngineeting Group Inc. I Phase 2 notice to proceed from City: September 4, 2018 Complete geotechnical report: October 1, 2018 Complete peer review and sizing computations: October 8, 2018 Submit conceptual drawings for review by City: October 22, 2018 Submit 50%design for review by City: November 11, 2018 City complete 50%design review: November 16, 2018 Submit 90%drawings, specifications, and OPCC for City review, December 17, 2018 City complete 90%design review: January 2, 2D18 Final design: February 12, 2019 V y�0�6 f wam++a tips a I fps$ b „zz: � m c. �9i✓1 9apreg 3 arvrvrKKPP � H�+ry enxW j I bta �ry� Ff 0 mm� .nrcmY nerves w+b» vmx nNrrw FI 'i 6 cw= 3 u MtaaYd wtl. vuwuµ� � 3 Yv �s s IImew6w aN� q9 tl WYMMNq W a aM f • 9 7f L3�^0 w>WWtl'.WMMN M-4 MITI AMR _NWMbNN y f yn9 encce� o w ass rva z at 9p r .............. ....................... ......... ...... F F n Uel YL ............ 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: I. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $3,000,000 per claim and $3,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance, The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. OATE(MMIDOIYYYY) A�:-Ir RiYs CERTIFICATE OF LIABILITY INSURANCE 09/19/2018 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 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 LIC P0437153 1-212-948-1306 CONTACT Marsh Risk & Insurance Services MAN4E CIRTS SupportOjacobs.com PHONE J.,.1 ... 998,1306 EMAIL. "" 633 W. Fifth Street ADORES& NSURERIS)AFFORDING COVERAGE NAIC9 Los Angeles, CA 90071 INSURER.A: ACE AMER INS CO 22667 ........ .. .... _........ ........ _-.._...... INSURED INSURERS Jacobs Engineering Group Inc. --- _-- INSURER C C/O Global Risk Management INSURER❑ 1000 Wilshire Blvd., Suite 2100 INSURERE, Los Angeles, CA 90017 INSURERF COVERAGES CERTIFICATE NUMBER:54004380 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSJED 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. IN-Of ---' '.AODLSUBR __-- POLICYEF'F POLICYEXP LTR TYPE OF INSURANCE luce uvnl POLICY NUMBER IMWDDIYYYY mumnnvvvl LIMITS A X COMMERCIAL GENERAL LIABILITY HDO G71096750 07/01/18 07/01/19 EACI-IOCCURRFNCF rS 3,000,000 CAMASIC TfYt NPED ..... g 500,000.. ......CLAIMS MADE X I OCCUR FRFMI"Fc IE I X 11 CONTRACTUAL LIABILITY f MED EXP CA,Rate per; rl S 5 000 _ ._ PERSONAL& CELL AGGREGATE LIMIFAPPIJES PER GENERAL ACADVINJE, $ 3 000,000 IGRE GATE g 3,000,000 Ip X FAG .... . ........._, POLICY f,. IJFCF C J LOG PRODUCTS-GOMPIOP AGO $ 3 000,000 GJV NI Yi ... $ A AUTOMOBILE LIABILITY ISA H25158684 07/01/18 07/01/19 MRINED MN'I N 11 MI P $ 1,000,000 )(,kadtd.i1001)..... _ X ANY AUTO BODILY INJURY(Par person) $ SCHEDULED AU 109 ONLY AUTOS BODILY INJURY(POraccldoatt) $ HIRED NON I -CONED ,Pric PERT Y OAMA. $ A, ONLY AU (DE ONLY 41'at sic Uo t), $ UMBRELLALIAB OCCUR EACH OCCURHEIVCt $ EXCESS LIAB CLAIMSMADE ADORE CAFE. $ I)ILD ....... OF 11 NFICNK $ 'WORKERS COMPENSATION IEI2 X TH A WEE C6479033A STOP-GAP C U7/01/18 07/01/19 rAn ITT FR AND EMPLOYERS'LIABILITY ..._, .., YIN ANVPROPRIETORIPARTNERIEXECUTIVE F I FACII ACCIDENT I$ 1 000,000 OFF(CER MEMBER EXCLUDED' NIA "— (MandmorylnNH) —"' EI DISEASE FA EMPLOYEE;$ 1,000,000 If yes,describe under """ """— """"' DESCRIPTION OF OPERATIONS below I I I F I DI5FA5F POI ICY I IMI I $ 1,000,000 A PROFESSIONAL LIABILITY EON G21655065 009 07/01/18 07/01/19 PER CLAIM/PER AGG 3,000,000 "CLAIMS MADE" (AGGREGATE DEFENSE INCLUDED DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) CONTRACT MORI Pauline Kellum. RE: The Consultant shall provide engineering services for the Green River Natural Resources Area South Stormwater Pump Station Project. CONTRACT END DATE: 12/31/19. PROJECT NUMBER: W3X81300 - Green River Pump Station. SECTOR: Public. City of Kent is added as an additional insured for general liability 6 auto liability as respects the negligence of the insured in the performance of insured's services to cart holder under Contract for captioned work. Coverage is primary and certificate holder's insurance is excess and non-contributory. General Liability coverage includes the severability of interests/Cross Suits Liability provision in favor of the holder. THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 'City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Kent, WA 98032 USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD nyumdo_newgalexy 54004380 CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT comae lnaured Jacobs Engineering GroupInc. Endo e"ril Number 3 Policy Symbol 110oicy Number Policy Period Effective Date of£ndormement HDO G71096750 0710U2016 To 07101/2019 ................... .. . . . _v. .. .. Issued 9y(Wemaof ineunmoa Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A Subject to and eroding the General Aggregate Limit shown In the Declarations, for all sums which the insured becomes legally obligated to pay as damages caused by "occurrences under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing operations at such constructlon projects are hereinafter defined as"Your Projects"): 1. A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit is equal to the amount required under written contract, but in no event greater than the General Aggregate Limit shown in the Declarations. 2 The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE. A, except damages because of "bodily injury" or "property damage" Included in the "products- completed operations hazard', and for medical expenses under COVERAGE C, which damages and medical expenses can be attributed only to Your Projects,regardless of the number of. a. Insureds; b. Claims made or"suits'brought;or c. Persons or organizations making claims or bringing"suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can be attributed to Your Projects shall reduce the Construction Project General Aggregate Limit and shall also reduce and erode the General Aggregate Limit shown In the Declarations 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, such limits will be subjed to the Construction Project General Aggregate Limit, as well as the General Aggregate Limit shown in the Declarations. E. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVERAGE A(SECTION I), and for all medical expenses caused by accidents under COVERAGE C(SECTION I ), which cannot be attributed only to Your Projects: 1, Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable;and 2. Such payments shall not reduce the Constriction Project General Aggregate Limit C. When coverage for liability arising out of the 'products-completed operations hazard° 8s provided, any payments for damages because of'bodily injury'or'propertp damage"included in the'products-completed operations hazard'vAII reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate I " nor the MS-22357(07117) oclxeb.tote.All dshts rseerved. Page 1 of 2 CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT Construction Project General Aggregate Limit. 0. if any one or more of Your Projects has been abandoned, delayed, or abandoned and then restarted, or It the i authorized contracting parties deviate from plans, btueprInts, designs, specifications or timetables,the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. MS-22357(07/17) Mhubb.2015.A0 rights raservad Page 2 of 2 ADDITIONAL INSURED-AUTOMATIC STATUS Named lnsvfed Jacobs Engineering Group Inc Endorsement Nurnber .... 2 F°cr y Symrel P'cllcy Numaar 64l Penotl...... ... , ... Effective Date of Endorsement NI HDO G71096750 07/01/2018 TO 07/01/2019 lasund By(Name of insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any person or organization for whom any Named Insured is required by written contract or agreement to provide insurance,entered into prior to the loss,where such written contract or agreement does not expressly identify a particular Insurance Senice Organization Form to be applied to their additional insured status. Who Is An Insured(Section 11)includes as an additional insured the person or organization shown in the Schedule,but the insurance shall not exceed the scope of coverage and/or limits of this policy.Notwithstanding the foregoing sentence, in no event shall the insurance pnwided such additional insured exceed the scope of the covenige and/or limits required by said contract or agreement„ and,if such additional insured's scope of coverage is not exprcmly stated in such contract or agreement,then such coverage is hraaiued to that,additional insured's vicarious liability to the extent directly caused by the Named Insured's negligence during the Named Insured's ongoing operations.This insurance shall be primary insurance to the extent'required by said curttract or agreement,and any other insurance or self-insurance maintained by such person or organization shall be noncontributory with the insurance provided hereunder to the extent specified in said contract agreement. Where the contract or agreement provides that the additional insured's scope of coverage is for the Named Insured's indemnity obligations under such contract or agreement, then such coverage shall be limited to the extent such indemnity obligations are enforceable under applicable law. Notwithstanding the foregoing sentence,in no event shall the insurance provided such additional insured exceed the scope of coverage required by said contract or agreement Notwithstanding anything to the contrary,the coverage provided an additional insured under this endorsement shall be limited to the minimum coverage limits required to he provided by the Named Insured under the written contract or agreement. MS-15992(07/18) t rhubp 2016 All n®his mwrved Page 1 of I I ADDITIONAL INSURED-DESIGNATED PERSONS OR ORGANIZATIONS i Na,........._ ., ..._......._....._..._...�,....�..._.r..___..®. ....,_ .......a___.._.. 'med Insured Jacobs Engineering Group Inc " � ' Endorsement Number 4 ISA H25..- _. _____.. Issued a (Name o1151 Number 07/0 Period _,. Effective Date of Endorsement Poh S mbol Poii 158664 071D1/2018 To 07/01/2019 y nsuranm company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM Additional Insured(s).Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss.-Project and/or Contract, All projects and/or contracts where you perform work for such additional insured pursuant to any such written contract. A. For a covered "auto," Who Is Insured is amended to include as an "insured," the persons or organizations named in this endorsement, However, these persons or organizations are an "insured" only for "bodily injury" or "property damage"resulting from acts or omissions of. 1. You. 2_ Any of your"employees"or agents. 3. Any person operating a covered"auto"with permission from you,any of your"employees"or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. C. With respect to the insurance afforded to these additional Insureds,the following applies: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement:or 2.Available under the applicable Limits of Insurance shown in the Declarations: whichever is less. If such additional insured's scope of coverage is not expressly stated in a contract or agreement, then such coverage is limited to the additional insured's vicarious liability to the extent directly caused by the Named Insured's negligence during the Named Insureds ongoing operations.This insurance shall be primary insurance to the extent required by said contract or agreement,and any other insurance or self-insurance maintained by such person or organization shall be noncontributory with the insurance provided hereunder to the extent specified in said contract agreement. Where the contract or agreement provides that the additional insured's scope of coverage is for the named insured's indemnity obligations under such contract or agreement, then such coverage shall be limited to the extent such indemnity obligations are enforceable under applicable law. MS-60621 (07/18) OChubb 2016 All rights reserved Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT—SCHEDULE— EMAIL ONLY Named Insured Jacobs Engineering Group Inc Endorsement Number 13 P011oy Symbol I Pohey'Nomier P014Y Period E.ffeOve[AW olf EmdomemDiniq HDO IG71090760 OVOWW8 ro 07/0V20119­1__.._.._,_1..__ issued By(Name of Inisurance'Company) ACE American Insurance Company Inert the plicy number The rsrna�r cuthe Informallon is to be completed unly when Ii endorsement 4 swa subsequeru'h ' '�the ,epvsi<++of the Pori THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. It we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation. via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the'Schedule") You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after, 1. The beginning of the Policy period, it this endorsement is effective as of such dale or 11. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation Is mailed or delivered to the first Named Insured E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy F. The notice referenced in this endorsement is intended only to be a courtesy notification to the persons) or orgartizalion(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such persons) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organizations) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. L You will cooperate with us in providing the Schedule,or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685(01111) Page 1 of 2 I All other terms and conditions of the Policy remain unchanged i Authorized Representative ALL-32665(01111) Page 2 of 2 3 NOTICE TO OTHERS ENDORSEMENT— SCHEDULE — EMAIL ONLY Named Insure�....,. _._._ -... ._._._.._.-..... .....,,.. _ ....... n Jacobs Engineering Group Incur enaoraeiem Number" 3 Policy Symbol Policy Number Pollcy Perldam - Effective Date of Endorsement e ISA H25158684 0710112018 TO 07/0112019 Issued by(Name of Insurance Company) ACE American Insurance Company Inter:the policy number The mmaintler of the informabon is to be rnmpleud only when N a endorsement is issued subsequent to thaprcperalwn of the policy THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below,to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the"Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after, I. The beginning of the Policy period, if this endorsement is effective as of such date; or it. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences C. The Schedule must be in an electronic format that is acceptable to us;and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organizations) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, than we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy ALL-32685(01/11) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. -Au I thonzed.Representative ALL-32685(01111) Paget oft Workers'Compensation and Employers"Llablilty Pob'Icy �......ww. _ _.-.,_u.ih...... Named Insured � � � Endorsement Number JACOBS ENGINEERING GROUP INC. 600 WILSHIRE BOULEVARD, SUITE 1000 Policy Number W LOS ANGELES CA 90017 SymboI:WLR Number. C647033A Polmy Penotl Effective Date of Endorsement 07-01-2018 TO 07-01-2019 07-01-2018 -Issued By(Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number Tne remainder of the in is to be compieled only when Ihis endorsement is issued subsequent to the preparation or the policy NOTICE TO OTHERS ENDORSEMENT- SCHEDULE- EMAIL ONLY A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the 'Schedule") You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule B. The Schedule must be initially provided to us within 15 days after: 1. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This Endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM,TX and WI. Authorized Representative WC 99 03 68 (01/11) Page 1 I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. _,_,_,_,_,_, _, ....... Named Insured Endarsemenl Number Jacobs Engineering Group Inc. B6 Policy Symbol Policy Number Policy Period Effective Date of Endorsement EON G21655065 009 07/01/2018 to 07101/2019 07/01/2018 issued By(Name of Insurance Company) ACE American Insurance Company NOTICE TO OTHERS ENDORSEMENT—SCHEDULE A. If We cancel or non-renew the Policy prior to its expiration date by notice to You for any reason other than nonpayment of premium, We will endeavor, as set out below, to send written notice of cancellation or non-renewal via such electronic or other form of notification as We determine, to the persons or organizations listed in the schedule that You or Your representative provide or have provided to Us (the Schedule). You or Your representative must provide Us with both the physical and e-mail address of such persons or organizations, and We will utilize such e-mail address and/or physical address that You or Your representative provided to Us on such Schedule. B. The Schedule must be initially provided to Us within 30 days after: i. The beginning of the Policy Period, if this endorsement is effective as of such date, or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy Period commences. C, The Schedule must be in a format that is acceptable to Us and must be accurate, D. Our delivery of the notification as described in Paragraph A of this endorsement will be based on the most recent Schedule in Our records as of the date the notice of cancellation or non-renewal is mailed or delivered to You E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation or non-renewal date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation or non-renewal of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation or non-renewal to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon Us, Our agents or representatives, will not extend any Policy cancellation or non-renewal date and will not negate any cancellation or non-renewal of the Policy, G We are not responsible for verifying any information provided to Us in any Schedule, nor are We responsible for any incorrect information that You or Your representative provide to Us. If You or Your representative does not provide Us with a Schedule, We have no responsibility for taking any action under this endorsement. In addition, if neither You nor Your representative provides Us with e-mail address and/or physical address information with respect to a particular person or organization, then We shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. With respect to this endorsement Our, Us or We means the stock insurance company listed in the Declarations, and You or Your means the insured person or entity listed in Item 1 of the Declarations page. All other terms and conditions of this Policy remain unchanged. Authorized Representative MS-36362 (01/15) DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 09/19/2018 NAME OF INSURED: Jacobs engineering Group Inc. ANY WAY THE TERMS, CONDITIONS, AND LIMITS AGREE➢ TO UNDER THE APPLICABLE CONTRACT.+ SUPP(10/00) u a � a w As" � u^ �� w � a M u Y„ ". — "" m, „:nn IGb ar au .: _ u on dd� a» - � IG ITV� ia� n �� i� �� _.i ,�.. �� � �..i i w a w .. an as � ai flP W w m r m m v .. ,, w � .: w w. w� " � Obi N vM r. X � �. p ai w" W n 06 �' m�ad pl C IC�d��.. w flry �Wv "" J W "' � W IW hb W w iv WI :i W �Ab a. � A ai & w dll WV �� � (... a .. .. a nx._.m� o' e ra > U..ro� ;. ^m � � W 0i� rM. � $, v MtlGr .,..,, ww „.�. u..W w W M1 � "� � a fl n N '�'� � �" �. m w _ � ;...... , i r r' w a � m mi � u,^ IIIW „vw��. i a� Q 3 IIIV:, a� ��� u. .. T Agenda Item: Consent Calendar - 8G wa, I I TO: City Council DATE: March 20, 2018 SUBJECT: Contract with Jacobs Engineering Group for the Green River Natural Resources Area South Pump Station - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Agreement with Jacobs Engineering Group, Inc., in an amount not to exceed $360,800.00 for engineering services on the Green River Natural Resources Area South Stormwater Pump Station, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project would collect stormwater from existing channels that drain the area near Hogan Park and pump it to the Green River. An existing outfall is located near the Public Works Operations facility and would be utilized as the discharge point. This consultant services agreement with Jacobs Engineering Group, Inc. includes completion of design plans and specifications including geotechnical engineering and locating existing underground utilities. The new GRNRA stormwater south pump station will reduce flood risk to roadways and properties in the Kent Valley. EXHIBITS: Contract RECOMMENDED BY: Public Works Committee YEA: Troutner, Fincher, Higgins NAY: N/A BUDGET IMPACTS: Funding for this contract will come from budgeted drainage utility funds. STRATEGIC PLAN GOAL(S): 5vvaimahle Fund9na, - Maximizing long-term financial success through responsible fiscal oversight, economic growth, and community partnerships,