Loading...
HomeMy WebLinkAboutPW18-464 - Original - Skillings Connolly, Inc. - Shops Fuel Tank Replacement - 12/18/2018 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. i ® Blue/Motion Sheet Attached ® Pink Sheet Attached Vendor Name: Skillings Connolly, Inc. Vendor Number (IDE): Contract Number (City Clerk): PAN 1-6 -L(ln(f Category: Contract Agreement Sub-Category (if applicable): Other Project Name: Shops Fuel Tank Replacement Contract Execution Date: Termination Date: 12/31/19 . ......._ ........,. ........... Contract Manager: Bryan Bond Department: PW: Operations _. .................... Contract Amount: $119,999.85 Approval Authority: ❑ Director ❑ Mayor ® City Council Other Details: The Consultant shall ,provider provide design acid constr¢action rluanagement services for a new fueling station and abandonment (decommissioning) of the existing f L�61 ing station at the City of Kent's Main ten anCe Shops located at 5821 S 240th St. Kent, WA 98032. ................... . ..... ............ Agenda Item: Consent Calendar - 8h7. TO: City Council DATE: December 11, 2018 SUBJECT: Consultant Services Agreement with Skillings Connolly, Inc. for the Operations and Maintenance Facility Fuel Island Replacement Project - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Agreement with Skillings Connolly, Inc. in an amount not to exceed $120,000.00, for the Russell Road Operations and Maintenance Facility Fuel Island Replacement Project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The City of Kent utilizes a diverse array of vehicles/equipment to provide essential services to the Kent community. 200,000 gallons of unleaded gasoline and 50,000 gallons of diesel are purchased each year to fuel this equipment. By having its own fueling facility, the City purchases fuel via the Washington State Department of Enterprise Services advertised fuel contract. Purchasing fuel in this manor, compared to purchasing at a retail establishment, continues to be an efficient method of doing business. The City's current fueling island was installed in 1988. It includes two, sub-surface, 10,000-gallon unleaded tanks and one, sub-surface, 4,000-gallon diesel tank. The fueling tanks, pumps, and associated equipment need replacement. The replacement fuel island will include above ground fuel tanks, modernized pumps, and a canopy. Staff have negotiated a scope of work and budget with Skillings Connolly, Inc. Their scope will include contract document preparation for the new fuel island and decommissioning the existing fuel island. EXHIBITS: Contract RECOMMENDED BY: Public Works Committee YEA: Troutner, Fincher, Higgins NAY: BUDGET IMPACTS: The Fuel Island project is a budgeted project funded through the Capital Resources Fund. STRATEGIC PLAN L( ): N fliofdrghllSmi4'AA—Yrovfdfg ....irye'endoesthrough...Pe abf 1nancia!m.nagemewacmorr i,g"ah and partner h", ©Ipylosi'P C:omni'njly-Embracing our divers.n,aed advancing e,ulty through gnulne oommuni9'engrzgenrenl, KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and Skillings Connolly, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Skillings Connolly, Inc. organized under the laws of the State of Washington, located and doing business at 5016 Lacey Blvd SE Lacey, WA 98503, Phone: (360) 491-3399, Contact: Patrick Skillings (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the fallowing described plans and/or specifications: The Consultant shall provide design and construction management services for a new fueling station and abandonment (decommissioning) of the existing fueling station at the City of Kent's Maintenance Shops located at 5821 S 24V St. Kent, WA 98032. 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 One Hundred and Nineteen Thousand, Nine Hundred and Ninety-Nine Dollars and Eighty-Five Cents ($119,999.85), 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 B-1, B-2, B-3, E-1, E-2 and E-3. B. The Consultant shall submit Monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's 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. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) I 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 F 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. Recyelatrle Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Walver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in 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 CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Enkire 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. Comoliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signature$ by or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) 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. FBy TANT: CITY OF KENT, y:t 9 �� -- y B � r (sdgnakure) ,l'' (signature) e: PatrickE.Skillings,'PMP Print Name; Dana RalphVice President Its Mayor (title) DATE; November 16, 2018 DATE:j4t4f-1 [5016 ICES TO BE SENT TO: NOT TO BE SENT TO: SULTANT: CITY OF KENT: ck Skillings Timothy J. LaPorte, P.E. ngs Connolly, Inc, City of Kent Lacey Blvd SE 220 Fourth Avenue South y, WA 98503 Kent, WA 98032 (360) 491-3399 (telephone) (253) 856-5500 (telephone) (360) 491-3857 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST//: e zy Kent Cft Clerk CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) i 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. S. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. For: Skillings Connolly, Title: Vice President Date: November 16, 2018 EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY I 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 I 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 _.. _............... .....m............. For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A SCOPE OF WORK Prepared for CITY OF KENT SHOPS FUEL TANK REPLACEMENT October 25,2018 Background: The project site is the City of Kent's Maintenance Shops located at 5821 S. 240` St. Kent, WA, immediately east of Russell Road and south of S. 240`h St. The project entails the preparation of the design documents for a new fueling station and the abandonment (decommissioning) of the existing fueling station after the new fueling station is operational. The CITY has decided that there will be one construction contract with two separate Schedules included in the contracts bid documents for this project: 1. Schedule A: Improvements for New Fuel Station 2. Schedule B: Decommissioning and abandonment of the Existing Fuel Station This Scope of Work will also be broken down into Scope elements as they apply to development of new aboveground fuel tanks (Schedule A) and decommissioning of underground fuel tanks (Schedule B). Work elements, such a project management, have been combined when applicable to development of both Schedule A and Schedule B. Skillings Connolly, Inc. (CONSULTANT)will be the prime CONSULTANT for the project. Assumptions: • The CONSULTANT's team will consist of the following employees: o Patrick Connolly—ProjectManager o Don La Ford—Project Engineer o Grant Gilmore—Environmental Services o Randy Rossow—Design Engineer • The CONSULTANT's anticipated SUBCONSULTANTs for the project will include: o HWA Geosciences Inc. -Geotechnical engineering o Hultz-BHU Engineers, Inc.- Electrical engineering o ESNNorthwest—Vendor—geoprobe and laboratory testing • Vendors will be used to supply a drill rig and equipment needed to collect soil samples and a certified lab will be used for soil and water testing for contaminants as part of the decommissioning of the existing underground fuel tanks. • City of Kent (CITY) shall pay all required CITY and State review and permit fees directly. • CITY shall provide to CONSULTANT a usable AutoCAD base topographical map illustrating all pertinent site features both above and below grade in the area of the proposed work. • CITY shall provide to CONSULTANT a copy of the base plan showing the planned location for the fueling station and new above-ground fuel tanks. • The CITY is proposing four(4) new above ground 8,000-gallon tanks: three (3)tanks for unleaded gasoline and one (1)tank for diesel fuel. • All meetings and work required by CITY that is not listed herein will be considered extra work. • There is an adequate source of power to accommodate the new facilities. • For purposes of this Agreement,the overall duration of the Project will be six months from date of Notice to Proceed. Skill!ngs Connolly, Inc. Page 1 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting I • Construction support is not included in this scope of work. • The contract may be supplemented to extend time and add budget for construction support services. • CITY will provide the CONSULTANT's project manager a written request for any extra work not specifically included herein. • Deliverables will be 30% (schematic phase), 90% design and 100%Bid Package and bid support. • CONSULTANT's assumed total hours for attendance at project meetings are shown on the Fee spreadsheet. • CONSULTANT's assumed total hours for addressing design comments are shown on the Fee spreadsheet CITY Will Provide the Following: 1. Available as-built drawings of existing site conditions 2. Number and type of Fuel Dispensers and flow requirements. 3. Location of Dispensers 4. Desired location of Propane tank 5. Traffic flow to Dispenser Islands 6. Parking layout for the balance of the site 7. Identify added services required at Dispense Islands (i.e. windshield washer fluid, air, water, vacuum, DEF, etc.) 8. Decision on a standby generator for stand-alone fuel or alternate emergency power. 9. Provide Division 1 specifications for the General Conditions 10. Overall Project Management, approval and direction 11. Site Surveying services as needed including pick up and detailed measurements of existing canopy for structural engineer's use. 12. Utility locates as needed prior to soil testing and drilling. 13. Information on Force Main Installation and potential impact on New Tank and Tank Closure work. 14. Source of electrical power. 15. City will make submittals for City building permits and pay fees as required. Change Management: This is a time and materials contract with a not to exceed maximum without a supplement to the contract. The level of effort for various tasks listed in the budgeted hours spreadsheet is an estimate and actual hours may vary for each line item.The contract will be managed to the contract maximum, not the task level budgets. Services to be provided by CONSULTANT: The following tasks are anticipated as part of the CONSULTANT's work for the project. Task 1 Project Management and Coordination (Schedule A and B) Assumptions: Consultant will manage development of both Schedule A and Schedule B work elements under this Project Management task. The CONSULTANT will: 1. Provide overall project coordination and project management for Schedule A and Schedule B throughout the design process,through Bid, Ad and Award process. Ski lli ngs Connally,Inc. Page 2 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting 2. Attend up to three (3) meetings with the CITY to review design progress. Minutes will be taken by CONSULTANT and distributed to participants. a. Meeting 1 will be a kick off design meeting, b. Meeting 2 will be held after the schematic (30%) design phase is complete c. Meeting 3 will be held to review 90%drawings. 3. Set up and manage project files 4. Prepare a Project Management Plan and schedule 5. Conduct periodic bi-weekly phone conferences with CITY to discuss work progress and status. 6. Provide coordination with other team members (SUBSUBCONSULTANTs), including phone coordination meetings, and e-mails. 7. Prepare up to six (6) monthly invoices along with progress summary reports. 8. Provide coordination with utility companies for the new electric service needed for the new fuel island. 9. Project design close-out and document management for design and bid phases of project. Deliverables: • Project Management Plan, • Project Work Plan and • Project schedule. • Meeting Minutes • Monthly Invoices accompanied by a progress report. It is anticipated the monthly progress report will address: o Scope, Schedule and Budget status; o Work that was completed during the last month; o Discuss issues that have arisen that may impact the design budget and/or schedule; o Discuss any unresolved issues, or outstanding questions awaiting response; o Provide an anticipated 30-day look-ahead of anticipated work or issues to resolve. Schedule A - Scope of Work Task 2 New Fuel Station Design CONSULTANT will provide the following: 1. Conceptual overall site plan showing tanks, dispensers, traffic flow and parking based on Kent preliminary site plan input. This plan will be submitted to the City for approval. 2. Phasing plans (new tanks &tank closure) including Contactor access area, laydown areas and special prohibitions. 3. Permit package for submittal to City of Kent new fuel tanks, dispensers, and canopy. 4. 30%design,to include: a. City Notes b. Existing Conditions c. Demolition plan d. Site Plan final e. Drainage/Stormwater Plan and SWPPP f. Utility plan locations g. Propane Relocation Plan h. Dispenser Island Plan and Services _._.._._......._. Skill in- gs Connolly,Inc. Page 3 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting i i. Tank Protection Conceptual Plan j. Tank Specification k. Dispenser Specification I. Stormwater Specification m. Preliminary Schedule n. Order of Magnitude of Probable Cost Estimate to Construct for New Tank 5. The CONSULTANT will prepare the necessary permit applications and the SEPA documentation for the new tank installation. (CITY to submit the applications to City for development review) 30%Deliverables: • 30%design and specifications for Schedule A • Preliminary schedule for Schedule A • Order of Magnitude Cost estimate for Schedule A 6. 90%design-deliverable,to include: a. Bid package drawings i. Symbols ii. Site and code data iii. City Notes Final iv. Existing Conditions v. Demolition and Erosion Control vi. Stormwater Plan and SWPPP vii. Stormwater Details viii. Paving Plan ix. Striping and Signal Plan x. Tank Foundation Plan and Details xi. Underground Fuel Piping Plan and Details xii. Fuel Island Arrangement xiii. Fuel Island Details xiv. Fuel Island Canopy Plan xv. Fuel Island Canopy Structural Details xvi. Electrical One Line Final xvii. Electrical Conduit Layout xviii. Electrical Equipment Arrangement and Details xix. Inventory and Access Control Equipment Arrangement and Details b. Prepare Project Schedules(Schedule A, New tanks Installation) c. Prepare Engineer Estimates of Probable Cost to Construct for Schedule A: New Tanks 90%Deliverables: 90% plans and specifications for review • Project schedules, one for New Tank installation Engineers Estimate of Probable Cost to Construct for Schedule A Task 3 Geotechnical Design Services Assumptions: Site access will be provided to Skillings Connolly, HWA and their subcontractors. .-._.............mm......._..m._....... .�.._.............�..............._..m..................................................................................... Skillings Connolly,Inc. Page 4 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting • Identification of potentially contaminated soils is not anticipated. If contaminated soils are encountered the CITY will be contacted for direction. • Work by HWA will not include identification or evaluation of contaminants that may be present in the soil or groundwater. • Traffic data for design of pavement restoration will be provided to HWA by the City. • CITY will call for utility locates prior to soil exploration. The CONSULTANT will: 1. Provide coordination with the CITY and SUBCONSULTANT. 2. Review Geotechnical Report and supply to project structural engineer for use. HWA will provide geotechnical engineering services in support of the proposed new above-ground fuel tanks, canopy structure, new pump island and security wall. These services will consist of the following subtasks. Plan and Coordinate Field Work: HWA will coordinate with CITY and CONSULTANT to determine the appropriate field exploration locations for proposed developments.This will include reviewing existing information to evaluate where additional data is needed. Conduct Site Reconnaissance and Utility Locates: Prior to conducting field exploration program, HWA will conduct a reconnaissance of the site.This reconnaissance will be focused on identifying critical surface features of the site and identifying the best exploration locations. During our site reconnaissance, HWA will mark proposed boring locations and utility locates for the boring locations will be provided by the CITY. Conduct Field Exploration: HWA proposes to drill two (2)geotechnical borings in support of the proposed developments.This will include two (20) 20-foot borings to be advanced in the area of the location of the fuel tanks. All exploration activities will be monitored full time by an HWA geotechnical engineer or geologist. We expect that drilling of the proposed borings will take approximately one (1)working day. Generate Boring Logs and Assign Laboratory Testing: Soil samples retrieved from the borings will be sealed in plastic bags and taken to our Bothell,Washington laboratory for further examination and testing. Selected soil samples will be tested to determine their engineering properties.These tests will include natural moisture content and grain size analysis. Soil information will be presented on summary boring logs that will be generated upon completion of our exploration program. Pavement Restoration Recommendations: HWA will perform analyses to provide a design pavement section recommended for pavement restoration within the maintenance yard. Our engineering analyses will be based on traffic data provided by the CITY. Generate Draft and Final Reports:Our findings and recommendations will be presented in a draft geotechnical report. Upon receiving review comments, HWA will finalize and stamp the report. Deliverables: • CONSULTANT will provide CITY with a hard copy of Draft and Final Geotechnical Report Task 4 Structural Engineering Design Services -_ ......._...._.. Assumptions: Skillings Connolly, Inc. Page 6 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting Firm will identify a pre-designed canopy structure (e.g. Precision Canopy), Task: 1. Review structural design and plans and estimate prepared by structural engineer of pre-designed structure and define equivalent. ......... ... Task 5 Electrical Engineering Design Services The CONSULTANT will: 1. Provide coordination with the CITY and SUBCONSULTANT. 2. Review structural design and plans and estimate prepared by Skillings Connolly, HultzlBHU Engineers, Inc.will: • Provide electrical engineering, design, construction drawings, technical specifications, and construction cost estimates for the electrical systems. Mechanical and fuel tank design and the water service design shall be responsibility of Skillings Connolly. Electrical design shall include power, lighting, and fueling control systems within the footprint of the fueling station, back-up power supply for fuel pumps and emergency lighting, and electrical service to the utility point of connection. Security and communications pathway rough-in shall be designed to an onsite interface location designated by the CITY. The fuel management and control system to be used shall be designated by the CITY. • Design Phase: One set of documents shall be provided for each submittal phase (30%, 90%, Final, and Permit Phase) suitable for reproduction and distribution by CONSULTANT's office. SUBCONSULTANT work include field investigation, attendance at appropriate coordination meetings, and preparation of electrical energy code forms. Schedule B - Scope of Work .._............................. .mm..............._...................... Task 6 Underground Storage Tank(UST) Decommissioning Introduction CITY, pursuant to the direction received from the scalping meeting, desires the tank decommissioning to be included in the contract for the new tanks, but as a separate schedule, Schedule B. The decommissioning of the existing UST will include soils testing and analysis for potential contaminated materials, which includes analysis of both soils and groundwater samples taken at the existing UST location. A comparison of the containment levels to MTCA Method A Cleanup Standards will be made and required permitting for decommissioning through the Department of Ecology (ECY) will be provided.The work will also include the preparation of the design, details, specifications and estimate for the tank extraction and site restoration. Project Assumptions: • Soil and groundwater samples will be collected using a geoprobe with use of an air-knife to avoid utility impacts. • Collected samples will be analyzed for NWTPH-Dx+x (diesel range-extended) and BTEXEPA 8021 (unleaded). • Laboratory analytical results will be compared to the Model Toxics Control Act(MTCA) "Method A Cleanup'. Skillings Connolly,Inc., Page 6 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting I I • A SEPA document with the necessary attachments will be prepared in accordance with the City of Kent guidelines. The CITY will submit the documents for review and approval. Task 6.1—Sample Collection and Reporting Assumptions: • Geoprobe borings will be advanced at four (4) distinct locations. • Discreet soil sample and groundwater samples will be collected from each boring. • Groundwater samples will be collected at the groundwater interface. • ESN Northwest will conduct each boring. ESN Northwest will utilize an air-knife in order to avoid impacts to encountered utilities. • Each boring will be decommissioned and sealed using clay bentonite as per ECY guidelines. • Collected samples will be maintained on ice through delivery to the laboratory. • CITY will conduct all coordination and correspondence with ECY regarding the results of laboratory analysis. • CONSULTANT will provide oversight and review of field sample collection and comparison of results to cleanup standards. • If contaminants are present within the soils and exceed MOTA cleanup levels,an additional supplement for a cleanup plan and associated work for cleanup for contaminated soils will be provided in a new scope and budget. Task Description: 1. CONSULTANT will develop a Sample Analysis Plan (SAP) which will include logistics for site preparation, planning, scheduling and procedures. 2. CONSULTANT will collect soil and groundwater samples from two (4) distinct borings. Collected samples will be delivered to ESN Northwest's laboratory for analysis,following method NWTPH- Dx+x (Diesel range-extended)and BTEXEPA(unleaded). A Chain-of-Custody will be completed for all collected samples, from point of collection to laboratory delivery. 3. CONSULTANT will prepare a Technical Letter describing sample collection methodology, analytical results, and a description comparing sample results to MTCA Cleanup levels. 4. CONSULTANT will complete the required UST decommissioning documentation for ECY and CITY, this includes: a. 30-Day Notice for Underground Storage Tanks (ECY 020-95) b. Permanent Closure Notice for Underground Storage Tanks(ECY 020-94) c. Site Check/Site Assessment Checklist for Underground Storage Tanks (ECY 010-158) Decommissioning (tank removal) procedural document with accompanying engineered drawings. (see task below). Deliverable: • Four(4-6) discreet soil samples. • Four (4-6) discreet groundwater samples. • Chain-of-Custody Record. • Memo detailing sampling collection. • Technical letter • 30-Day Notice for Underground Storage Tanks(ECY 020-95) • Permanent Closure Notice for Underground Storage Tanks (ECY 020-94) • Site Check/Site Assessment Checklist for Underground Storage Tanks(ECY 010-158) Task 6.2- Preparation of Plans and Specifications for Decommissioning .............................. -.- ._................................. Skillings Connolly, Inc, Page 7 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting 1. The CONSULTANT will prepare a conceptual (30%)site plan and details for decommissioning the existing Tank, including the demolition and site restoration. 2. Prepare draft specifications for the tank decommissioning. 3. Prepare draft Stormwater Pollution Prevention Plan (SWPPP) 4. Prepare ROM Engineers Estimate of Probable Cost to Construct the decommissioning 5. Submit to CITY for review Deliverable: • 30% plans • Draft Specifications • ROM Engineers Estimate of Probable Cost to Construct Task 6.3-90% PS&E for Tank Decommissioning 1. Upon receipt of the CITY'S 30% review comments,the CONSULTANT will complete the PS&E for the removal of the tanks, including special details for excavation and backfill, pavement restoration and site work. 2. Finalize the SWPPP 3. Prepare 90% Engineer's Estimate of Probable Cost to Construct (Schedule B) Task 7 SEPA Checklist Assumptions: • The CITY requires a SEPA Application for the proposed UST decommissioning and proposed installation of above ground fuels storage tanks. • The SEPA Application will be reviewed by the project management team for final comments before submittal to the CITY. • The CONSULTANT will submit the final SEPA document to CITY for review. Task Description: 1. CONSULTANT will complete the SEPA Application in accordance with the CITY requirements. Deliverable: 2. SEPA Application ---------------- Task 8 Bid Package Specifications, Final Construction Estimates,&Anticipated Construction Schedules (Schedule A and B) Assumptions: Preparation of the bid package specification and estimate will include both Schedule A and Schedule B elements,clearly defined by Schedule A and B. Task Description: 1. The following Bid package Specifications per WSDOT Format will be provided a. Division 1 General Conditions Kent Standard edited to suit project b. Division 2 Earthwork and Existing Conditions—demolition c. Division 3 quarry materials (Foundations) Skilr gs Connolly, Inc. Page 8 of 16 Project No 18184 .....m City of Kent Soil and Water Analysis/Permitting i d. Division 4 Bases(paving replacement subbase) e. Division 5 Paving (paving replacement) f. Division 6 Structures (canopy) g. Division 7 drainage (stormwater) h. Division 8 Miscellaneous(pavement marking and signage) i. Division 9 Materials (Aggregates, rebar, concrete, expansion joints, masonry, electrical, power, conduit, Lighting, and communications) j. Division 10 Special i. Fire protection ii. Plumbing iii. Fuel tanks iv. Fuel dispensing equipment and pumps v. Fuel Inventory, leak monitoring and access control systems vi. Systems Commissioning 2. Two Project Schedules, one for the new tanks and one for the tank decommissioning)-deliverable 3. Two Engineers Estimates of Project Cost (Schedule A: New tanks &Schedule B:Tank closures) 4. Submit the specifications, estimates and schedules to CITY for review. 5. Revise Specifications, Estimates and time Schedule per CITY's review comments. Deliverables: • Project specifications for two project Schedules • Final Construction Cost Estimates for two project Schedules A and B • Anticipated construction schedules for two project Schedules A and B Task Si 100%Bid Package and Procurement Support (Schedule A and B) The following applies to the Improvements for New Fuel Station project, Schedule A: 1. 100% Bid package-deliverable 2. Include review comments in the above 90%documents and issue in electronic format for bidding contract plans and specifications. 3. Procurement support 4. Respond to bidders' questions as requested by CITY. Participate in a Pre-bid conference at Public works The following applies to the Decommissioning of the UST contract,Schedule B: 1. 100% Bid package-deliverable 2. Include review comments in the above 90%documents and issue in electronic format for bidding plans and specifications. 3. Procurement support 4. Respond to bidders' questions as requested by CITY 5. Participate in a Pre-bid conference at CITY site. __._.._w........._..................................._. Task 10 Additional Services to be Added by Contract Supplement(Schedule A and B) 1. Construction Phase Support: • Not Included. To be authorized as needed. ._._._.............._....._..._._._.......... __.. kkillings Connolly,Inc. Page 9 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting 2. Construction Management and inspection e Not included.To be authorized as needed. 3. Commissioning • Not included.To be authorized as needed. END SCOPE OF WORK Prepared by:Patrick Skillings,PMP 10/19/2018 Reviewed by: Thomas Skillings,PE 10/19/2018 ........................................... ...._____ Skillings Connolly,Inc. Page 10 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting i EXHIBIT B-1 CONSULTANT COST COMPUTATION-MAN-HOURS _- CITY OF KENT p a z n SHOP FUEL TANKS REPLACEMENT O O i n D a a n < Z A n > Z D = 2 in D Z y t m in 2 Es O D A m p A r TASK# TASK DESCRIPTION 1 PROJECT MANAGEMENTAND COORDINATION Sehe4uiN Apmd sxhetlulea Provide overall protect cpordmatlon and Omlec[ 1 management through the design process,through Bid, 4 8 4 Ad,and Award Process. a M act ngl kick off design meeting. 4 4 4 b Mai-to be held after the schematic)30%)design 4 4 phase is complete. c Mee[ing3 review 90%des design plans. 4 4 _. manage prr._.o_j e c t files _'_._ .... ..__ ..,_......, .............. .. ........ 3 .----- and 2 4 Prepare a Project Management Plan and schedule. 3 Conduct periodic,minimum o ii-fi weeks phone 5 conferences with Client to discuss work progress and 2 2 2 with of .team_ Provide coordination with other team members 6 (subconsultants),including phone coordination, 2 meetings,and-mails. ...._., .,,,.=.. ... .__.._. _. -_-----. 2 Prepare up to six(6)monthly invoices along with 4 progress summary_reports. _ 8 Provide coordination with utility companies for the new 2 electric service needed for the new fuel Island.(hullr) Project design close-out and document management D 2 2 for design and bid phases of project , SCHEDULE 2 NEW FUEL STATION DESIGN Conceptual overall site plan showing tanks dispensers, 1 '.traffic flow,and parking based on Kent preliminary site 8 8 'plan input The plan will be submitted to the City for approval. -� ,._„..n... .... _ _..... .......... ____. Phasing plans(new tank&tank closure)including 2 Contractor access area,I-ydown areas,and special 2 1 8 provisions ......._ ._o of_ -.-. -...........-__.,.. ........._. ....m... 8 Permit package for submittal to City of Ken[new tanks, 2 8 8 dispensers,and canopy. 4 30%Design: ............................... p City Notes 2 8 b Existing Conditions 2 4 c Demolition Plan 1 4 8 d Site Plan Final 2 8 C Drainage/Storm--[--Plan 2 4 ""'"tan ......... __..__. .._____... ........._ ._............ f Utility Plan LOcdbpns 2 8 3 Propane Relocation Plan 1 4 h Dispenser Island Plan and Services 2 16 I Tank Protection Conceptual Plan 2 8 j Tank Specrf¢a[ions a 8 ....... k Dispenser Specif cations 2 8 I Stormwater Specifications 2 8 .... .. .�.,...... .. ...,._-.....,............... ......... .-......- _-...._....- m Prelim inary5chedule 4 P Order of Magnitude Cost Estimate for New Tank and 2 8 Tank Closures Prepare the necessary permit applications and the SEPA 5 documentation for the new tank installation. (Clien[to 2 16 submit the applications to City for development review. Skillings Connolly,Inc. Page 11 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting _m_I.8.4...._.._......_.._.._...m 18 CITY OF KENT v y A SHOP FUELTANK S REPLACEMENT O O Z D q r1 r� ❑ +mi 2 - A Z > Z 1 Z _ Z y m m n Z m F H GA1 A A > u. m ..______................................... _......._...... TASKIX TASK DESCRIPTION 6 90... n=deliverable to include: a Bid Package Drawings 2 2 i Symbols 1 2 u Site and Code Data 1 4 UP' City Notes Final..............._....._ 1 � 4 - iv Existing Conditions 1 2 ... ....._..m......_........_....................... v Demolition and Erosion Control 1 ...........___ .__..._._.._ Z vi Stormwater Plan 2 8 vli Stormwater Details 2 8 .................................................,.................. .._ ._______....... lib Paving Plan 1 8 Is Striping and Signage Plan 1 4 x Tank Foundation Plan and Details 1 4 xi Underground Fuel Piping Plan and Details 4 16 . ._._.. __........ - .._.._...._.............®..__.._... ._ 0 Fuel Island Arrangement 2 8 xii Fuel Island Details 2 16 xiv Fuel Island Canopy Plan 2 4 xv Fuel Island Canopy Structural Details(pre-designed) 0 0 xvi Electrical One Line Final(see Fultz BHU) 1 1 .......__ —.........................._------- ---'—'—'--. .-- xvll Electrical Conduit Layout(see Hultz BHU) 2 1 xvoii Electrical Equipment Arrangement and Details(BHU) 2 2 xix Inventory and Access Control Equipment Arrangements 4 2 and Details b Prepare Project Schedule(Schedule A,New Tanks 4 4 Installation). Prepare Engineer's Estimate of Probable Cost to c 4 16 Construct for Schedule A: New Tanks. 3 GEOTECHNICAL DESIGN SERVICES--to be performed by HWA GeoSciences,Inc. 1 Provide coordination with City and HWA GeoSciences, 2 Inc. ..........................._._........................... 2 Review Geotechnical Report 2 4 STRUCTURAL ENGINEERING DESIGN SERVICES--Pre- designed 1 Identify pre-design canopy manifacturer and or M 2 equiviiant ELECTRICAL ENGINEERING DESIGN SERVICES--to be S performed by I BHU Engineering,Inc. 1 Provide coordination with City and Holtz I BHU. 4 . ...._ 2 Review electrical and plans and estimate prepared by 2 4 HuItzIBHU Engineering,Inc. Skillings Connolly,Inc. Page 12 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting �m._.. .....m. 18184 CITY OF KENT a c a SHOP FUELTANK S REPLACEMENT O O 2 D z 3 z ? °z O z n z ct i 3 m m zz A > Z Z a a m A D � a m TASK# TASK DESCRIPTION ...._._._. SCHEDULE B 6 UNDERGROUND STORAGE TANK(UST)REMOVAL OF EXISTING FUELING STORAGE TANK ._.. ____— - _........._. .......................... ........ 6.1 SAMPLE COLLECTION&REPORTING .._......................................___S....____�. Develop a Sample Analysis Plan(SAP)which will include 1 logistics for site preparation,planning,scheduling,and 4 1fi procedures. Collect soil and groundwater samples from two(2) distinct borings. Collected samples will be delivered to ESN Northwest's Laboratory for analysis,following 2 method NWTPH=Dx-x Diesel range-extended)and 8 8 OTEXEP(A(unleaded). A Chain-of-Custody will be completed for all collected samples,from point of collection to labaratri delivery. Prepare a Technical Letter describing sample collection 3 methodology,analytical results,and a description 4 12 comparing sample results to MTCA Cleanup levels. .�....m. ................ ................... ...w......_..._. Complete the required UST decommissioning 4 documentation for the Department of Ecology that 2 4 .includes' a'.30-day Notice for U ndergrou nd Storage Tanks(ECV 020 1 1 4 95) b Permanent Closure Notice for Underground Storage 1 2 4 Tanks(ECY 020-94). ._........_....,, ............ .......... ......... c Site Check/Site Assessment Checklist for Underground 1 1 4 Storage Tanks(WCY 010-158) ...... ., _ .... .. ..... ..... _ d Decommissioning(tank removal)procedural document 2 2 4 8 with accompanying engineered drawings. 6.2 Preparation of Plans and Specifications for Decommissioning Prepare a conceptual(30%)site plan&details for 1 decommissioning the existing tank,including 2 8 demolition and site restoration. ...........__............... .. P__---- p ....�......_,.......____._....... ..... 2 Pre are drafts ecifications for the tank 4 4 decommissioning. _. ._.,...._.. - ____...._. ....__........ ................... 3 Prepare draft$tormwater Pollution Plan$WPPP. 8 .....m.._............. Prepare ROM Engineer's Estimate of Probable Cast to 4 2 8 Construct the decommissioning. ............_ ........................... 5 Submit to Client for review. 1 2 6.3 90%PS&Efor Tank Decommissioning Upon Receipt of Client's 30%review comments,the 1 .Consultant will complete the PS&E for the removal of 4 8 the tanks,including special details for excavation and backfill,pavement restoration and site work. 2 Finalize SWPPP.. 2 ....... ...._.,."'...................... ......_ .._.. ._.... .._ ...._..,... .,.,.,.._._.._.,......,._._.,.,. . ...,. Prepare 90%Engineers Estimate of Probable Cost to 3 Construct(Schedule e). 1 4 r_7 SEPA ENVIRONMENTAL CHECKLIST APPLICATION Complete the SEPA Application in accordance with the 1 City of Kent requirements. 2 ifi Skillings Connolly,Inc. Page 13 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting ———------- 18184 CITY OF KENT SHOP FUEL TANK S REPLACEMENT z > z z z z z 6) K m n z z m z ......_._.... ...—_..._...._...._......_- TASK71 TASK DESCRIPTION SCHEDULE A and Schedule B 8 BID PACKAGE SPECIFICATIONS,FINAL CONSTRUCTION ESTIMATES&ANTICIPATED CONSTRUCTION SCHEDULE The following Did Package Specifications will be 8 provided in WSDCT Format. Division 1-General Conditions Kent Standard edited Co suite project. 2 ....................................................................- ................ b Division 2 Earthwork and Existing Conditions- Demolition. c Division 3 Quarry Materials(Foundations). d Division 4 Bases(Paving Replacement Subbase). e Division 5 Paving(Paving Replacement). 1 .................. ........................................... F Division 6 Structures(Canopy) 2 .. ..................a...:.:................... ......................... gl Division 7 Drainage(Stormwater) 1 ..................- ......... ........... h Division 8 Miscellaneous(Pavement Marking,and Signage). Division 9 Materials(Aggregates,Rebar,Concrete I Expansion Joints,Masonry,Electrical,Power,Con�ult, 2 Lighting,and Communication). 1 Division 10 Special _........ ............................. j, Fire Projection. 2 j-2 Plumbing 2 i-3 Fuel Tanks 4 -1-4­ _-.Fuel Dispensing Equipment and Pumps, .................... 4 ........................ ................................ Fuel Inventory,Leak Monitoring,and ACCC55 Control 2 Systems (I aftz) j-6 Systems Cam mission.-ng 4 _. __ .... . ...... 2 Two Project Schedules(New Tanks&Tank Closures) i 3 Two Engineer's Estimate of Project Cost(New Tanks& 4 4 Tank Closures) 2 Submit the Specifications,Estimates,and Schedule to City for review. 4 5 Revise Specifications,Estimates,and Schedule per City 4 8 review comments onetime. 9 101 BID PACKAGE AND PROCUREMENT SUPPORT ........... 1 100%Bid Package-deliverable. 4 4 ......................... ........ ..... ......... .......... Include review comments in the above 90%documents and will be issued in electronic format for bidding contract plans and specifications 2 Procurement Support ........................................ ................... 3 Respond to Bidder's questions as requested by City, 2 4 ........................ 4 Participate In a pre-bid conference at City, 2 0 10 CONSTRUCTION SERVICES WILL BE ADDED BY CONTRACT SUPPLEMENT IHOURS PER DISCIPLINE 4 27 192 47 Skillings Connolly,Inc. Page 14 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting EXHIBIT B-2 CONSULTANT COST COMPUTATION—SUMMARY NEGi>?'IATWHOIJALY cfAti dl+i Ny, —TM Classification Man Hours X Rate Cost PRINCIPAL-IN-CHARGE 4 X $219.78 _ $879.12 PROIEQ MANAGER 27 X $188.59 s $5,092,05 PROJECT ENGINEER 192 X $139.59 $26,801,19 SR ENVIRONMENTAL SCIENTI5T 47 X $108.52 $5,10060 STArFSCIENTIST 88 X $93.55 _ $8,23261 ENGINEER 330 X $102.46 a $33,813.34 Total Hours= 688 Total NHR t����j //��T REIN(BURSAgLE5: ' Mileage 300 X $0.545 =. $163,50 Miscellaneous Expenses $101.25 X z $101.25 Total Expenses �Ml SUBCONSULTANTCOST(See EX]RI E}: HWAGenSciences,Inc. $15,096.00 X 0% a. $15,096.00 Hultsl BHU Engineers,Inc. $19,600.00 X 0% _ $1960000 ESN Northwest $5,120.00 X 0% _ $5,120.00 Total Subconsultants St1B-TI�TAL(kJF1R+REIRdBURSABLE5+6UBCONSULEANYSI: Sub Total ,g Fl -` Proleet Breakdown Sched u I e A $88,452A3 Schedule 3 $31,546.42 GR., 0101'At GRANDTOTAL m PREPARED BY: Patrick Skillings,PMP DATE: 10/25/2018 REVIEWED BY: Thomas E.Skillings,PE DATE: 10/25/2018 Skillings Connolly, Inc, — Page 15 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting EXHIBIT B-3 CONSULTANT COST COMPUTATION-EXPENSES Item Description Basis Quantity Rate Total 1 Telephone iMonth $0.00 ...... ...... 2 Auto Rental �Eaclh $0.00 - - Lodging... ........ .... .... ... ... Day .....................I.................................... .............................- Per"Diem Meal Day $0.00 05 Photo I-1 C I opies B I Ilk I&White Each ..........—I' -i66 ,,5O.ilo $10.66 6 Photo Copies-Color Each 1 25 $0.35 $8.75 7 Half Sized Prints "—----- 1 Each 15 $0.50 i $7.50 8 Full Sized Prints Each $6.00 $0.00 1,Postage Month $0.00 10 I. Shipping J,Morth $0.00i 11 FAXs Each $0.00i 12 Miscellaneous Project Costs (Month 2 1 $50.00 $75.00 13 Miscellaneous Survey Costs ;Estimated $0.00 14 Traffic Control lEstimated $0.00 Total Miscellaneous Expenses $101.25 ................... ............ Mileage Per Mile 300 0.545 $163-50 Total Expenses $264.751 Skillings Connolly, Inc. Page 16 of 16 Project No 18184 City of Kent Soil and Water Analysis/Permitting x 3 x 3 x 3 3 x 3 x 3 x 3 x 3 x 3 x 3 x xxx x 3 x 3 x x x x x 3 x 3 x x x x x 3 x 3 x x x 3 x 3 x 3 x x x x E 3 x x x 3 x x x 3 x 3 x x 3 x x x x § x x x 3 x 3 x x x 3 x 3 x x 3 x 3 x E — o o \ n .E � u' o v I w ¢ i EXHIBIT E-1 SUBCONSULTANT COST COMPUTATION - SUMMARY Ir HWA GEOSCIENCES INC. ( oh,hlwa/,@Vm mrni'lay,uiv i im= .eoenrieonnrnnd hips/vu[lnnid Ir.cNny; October 2, 2018 HWA Project No. 2018-P132-21 Skillings Connolly, Inc. 5016 Lacey Boulevard SE Lacey, Washington 98503 Attention: Patrick Skillings Subject: Geotechnical Engineering Services Kent Fuel Station Kent,Washington Dear Mr. Skillings; In accordance with your request, HWA GeoSciences Inc. (HWA) is pleased to present this scope of work to provide geotechnical engineering services for a new fueling station at the City of Kent's maintenance yard located at 5821 S 240" Street in Kent, Washington. PROJECT UNDERSTANDING We understand that the City of Kent will be installing four(4)new 8,000-gallon above-ground fuel tanks near the southeast corner of the maintenance yard. Installation of the new fuel tanks will require foundation design for the tanks, integrated fuel dispensing system, and a new canopy structure. An ecology black enclosure with liner will be used for spill containment. To complete the geotechnical portions of this work, HWA proposes the following scope of work for this project. GEOTECHNICAL ENGINEERING SERVICES HWA will provide geotechnical engineering services in support of the proposed new above-ground fuel tanks, canopy structure, new pump island and security wall. These services will consist of the following subtasks. a Plan and Coordinate Field Work: HWA will coordinate with City of Kent and Skillings Connolly, Inc. to determine the appropriate field exploration locations for proposed developments. This will include reviewing existing information to evaluate where additional data is needed. 21312 30'h Drive SE Suite 110 Bothell,WA 9 90 2 1-70 10 Tel 425.774 0106 Fax 425 774 2714 www.hwageoxorr October 2,2018 IiWA Project No.2018-P132-21 Conduct Site Reconnaissance and Utility Locates. Prior to conducting our field exploration program, HWA will conduct a reconnaissance of the site. This reconnaissance will be focused on identifying critical surface features of the site and identifying the best exploration locations. During our site reconnaissance, HWA will mark proposed boring locations and utility locates for the boring locations will be provided by the City of Kent. • Conduct Field Exploration: HWA proposes to drill two (2)geotechnical borings in support of the proposed developments. The borings will be advanced within the footprint of the fuel tanks. All exploration activities will be monitored full time by a I IWA geotechnical engineer or geologist. We expect that drilling of the two (2) proposed borings will take approximately one (1) working day. • Generate Boring Logs and Assign Laboratory Testing: Soil samples retrieved from the borings will be sealed in plastic bags and taken to our Bothell, Washington laboratory for further examination and testing. Selected soil samples will be tested to determine their engineering properties. These tests will include natural moisture content and grain size analysis. Soil information will be presented on summary boring logs that will be generated upon completion of our exploration program. • Generate Draft and Final Reports: Our findings and recommendations will be presented in a draft geotechnical report. Upon receiving review comments, HWA will Finalize and stamp the report. • Project and Contract Management: HWA will prepare monthly invoices, and progress reports, if required, and correspond with the design team on a regular basis. ASSUMPTIONS/CONDITIONS The following assumptions were made as part of the development of the proposal for this work: • Site access will be provided to HWA and their subcontractors. • Any required permits will be provided at no cost to HWA. • Our scope does not include identification nor evaluation of contaminants that may be present in the soil or ground water. BUDGET We estimate that the scope of services described herein will require a budget of$15,096. A breakdown of these costs is presented on the attached project cost estimate spreadsheet. We will not exceed the above cost estimate without your prior authorization. However, if during the evaluation of the available data or during our field explorations, unanticipated subsurface conditions are revealed which would require a level of effort beyond the scope of our study, we will contact you immediately to discuss any necessary modifications to our scope of services and/or budget. Kent Fuel station deox 2 HWA GeoSciences Inc. October 2, 2018 HWA Project No. 2018-P132-21 HWA reserves the right to transfer hours and budget dollars between tasks, labor and direct costs within the overall budget, as necessary to satisfy project requirements. 0-0 Thank you again for the opportunity to provide this proposal. Should you have any questions regarding this proposal, or require additional services, please contact us at your convenience. Sincerely, HWA GEOSCIENCES INC. Zakeyo Ngoma, P.E. Geotechnical Engineer Encl.: Project Estimate Kent Fuel Station.doox 3 IIWA GeoSciences Inc. \: \ _ t � ° \ ) » / \ ; / _ . I § » > / / _ 210, / - -25 - } - . - \ § ) / - § ; \ :j : \ \ ) - - ) ) ) } \/ / , EXHIBIT E-2 SUBCONSULTANT COST COMPUTATION - SUMMARY HU L,TZ ', H D n tf i n e; 0 r i r1 C October 16, 2018 Skillings Connolly Inc. 5016 Lacey Boulevard SE Lacey,WA 98503 Attention: Patrick Skillings Subject: City of Kent- Fuel Tank Replacement Project Engineering Fee Proposal Patrick, Thank you for this opportunity to work with you on this project;this proposal is for electrical engineering services. Project Description Provide demolition of an existing vehicle fueling station to include two underground fuel tanks. Provide new vehicle fueling station and above ground fuel tanks at an alternate location on same site. New work shall include (4) 8,000 gallon fuel tanks, (4) duel fuel dispensers,fuel pumps and associated fuel piping, water service,vacuum canister and compressed air for each fuel island, small building to house the air compressor and electrical systems(power, control, fuel management and monitoring),fuel island canopy with lights, dedicated electrical service with backup generator power, and service conduit pathway in for security and communications systems. Existing City generator and air compressor shall be used for backup power and compressed air services to the fuel island. Scone of Services Provide engineering, design, construction drawings,technical specifications, construction cost estimates, and construction support services for the project's electrical systems. Electrical design shall include power, lighting, and fueling control systems within the footprint of the fueling station, standby generator,and electrical service to the utility point of connection. Security and communications pathway rough-in shall be designed to an onsite interface location designated by the Owner. The fuel management and control system to be used shall be designated by the Owner. Design Phase: One set of documents shall be provided for each submittal phase(SD, DD, CD, Permit, and Final) suitable for reproduction and distribution by your office. Our work includes field investigation, attendance at one (1) coordination meeting with the City, and electrical energy code forms. Bid Phase: Review of electrical substitution requests, respond to contractor questions, and prepare mechanical and electrical items to be incorporated into addenda issued by Skillings Connolly. Construction Phase: Not included at this time. Proposed Fee 1111 Fawcett Avenue, Suite 100 . Tacoma,Washington 98402 T 253,,383,3257 • F 253.383.3283 . general@hultzbhu corn October 16, 2018 Skillings Connolly City of Kent—Fuel Tank Replacement Project Engineering Fee Proposal Page 2 We propose to provide the services described above on a time and materials basis (except where noted otherwise), as follows: Design Phase-Electrical $ 18,750 Bidding Phase- Electrical $ 600 Reimbursable Allowance (Printing) $ 250 We will bill monthly as a percentage complete; payment is due within 60 days of billing. Past due amounts will accrue interest at the rate of 1.5% per month, plus any costs to obtain payment. Anticipated tasks and estimate hours are attached. Hourly rates for any hourly services are as follows: Principal 200$/hr;Associate Principal 175$/hr;Senior Engineer 150$/hr; Project Engineer 135$/hr; Project Manager 125$/hr;Senior Designer 110$/hr; Project Designer 95 $/hr; Drafter$ 85/hr; Clerical$ 55/hr. Ass uim trans l Qualifiers 1. Attendance at the pre-bid meeting is not included. 2. Attendance at the pre-construction meeting is not included. 3. Submitting for permits and permit fees is not included (coordination in completing permit forms is included; responding to permit comments is also included). 4. We will be provided AutoCAD compatible backgrounds of the site. 5. "Hard"copies of the final bid set plans and specifications will be furnished us (or if we have to print,the cost will be treated as a reimbursable expense) 6. No unusual or detrimental conditions exist at the site or in the vicinity requiring any analysis or design consideration by us(electrical power quality issues, special permit process or reviews, etc.). Sincerely, Hultzl BHU Engineers Inc. Tom Urquhart, PE Principal EXHIBIT E-3 SUBCONSULTANT COST COMPUTATION - SUMMARY ^� �, �f it toil nici)i. a.l. IWOR77-11VEST ,r icon, I .IciLa`d�iIl'f September 17,2018 On-Site Sample Collection for Skilling Connolly Kent,Washington City of Kent Maintenance Facility 5821 S 240°i Street ESN will mobilize a Direct Push Truck to the project site to collect soil and water from 4-6 borings to 30 feet. All borings will be Air-Knifed to 5 feet, placing soil back in the hole and patching to match the existing surface. The project is expected to take 1 day with two crews. Direct Push Truck&Air-Knife: Truck Day Rate (2 Operators, 8 Hrs) $1,750 x 1 = $1,750 Air-Knife(8 Hrs) $1,650 x 1 = $1,650 Overtime(After 8 Hrs On-Site) $280 x 0 = $0 Mobe/Demobe/Fuel-2Trucks $60 x 2 = $120 Start Cards(water) $15 x 6 = $90 Liner($1/ft) $1 x 180 = $180 Drums (16 Gallon) 1 soil, 1 water $65 x 2 = $130 Patching Air-Knife Holes $40 x 6 = $240 PVC Screen($5/ft)If Needed $5 x 0 = $0 PVC Riser($3/ft)If Needed $3 x 0 — $0 Estimated Total $4,160 Clremistuy�Stel 5,_I�s1y C.4T) NWTPH-Gx/BTEX(4 soil, 4 water) $60 x 8 = $480 NWTPH-DxFxt(4 soil, 4 water) $60 x 8 = $480 Estimated Total $960 Additional days, if needed, will be at the same day rates. All utilities must be located and holes cleared by the client. ao� 4LA Anisa Harndea,Drilling Manager 1210 Eastside Srteet SE, Siutc 200 Eo Olympia,Washington 98501 t9 360.459.4670 i-i )'AZ 360.459.3432 V,'eb Site:www,erwraP.covr F­�[ail:h1fi d�6S11mP.cor)r I EXHIBIT F INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liabi'li'ty 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. Wnrkers' 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. I EXHIBIT F (Continued ) 2. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate. 3. Professional LiabH!ty 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 City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. EXHIBIT F' (Continued ) 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. Client#: 324969 SKILLCON ACORDM CERTIFICATE OF LIABILITY INSURANCE DATDIYYYY) 1211812018 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 INSUREDRED,,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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME',: N USI Insurance Services NW PR PHp NE206 441-6300 FAX 610 362-8530 IAOC NhBE)n),, ---- jAx NA1, 601 Union Street, Suite 1000 E-MAIL - _-------- Seattle,WA 98101 agoREss PLcertregtlestfWsd,com INSURERIS)AFFORDING COVERAGE NAICN INSURERA T veierz prnperry ca.co.oramenea 25674 INSURED INSURERA xLspev eyI Company 37885 5016 Lacey Blvd.SE ngs Connolly, Inc, -INSURER C �mn Trayd—lndmr cnmpmyof CT -- 25682 016 --- --- -- -- ---- ........ Lacey,WA 98503 INSURER D. NSURER E: INSURER F: ----. ----. ----. ----. ----. COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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 lADDLSU60 POLICY EfF PbOdyEXP ..... ITR TYPE OFINSURANCE yE aaR Wyp FOUCYNUMBER IMMIDDIYYYVI IMMIDDIYYYYI LIMITS "A' .... ...... .. ...... _.... ... ....._.. ....... _ . ....... ........_ .._. ,........ A X COMMERCIAL GENERAL LIABILITY 6605H560029 121181201$"..1211$l2019 EACH GccuRRENCE $1.000.000 OAMAqEI _, CLAIMS MADE VI OCCUR PRF LflJ MI§FC(E TO REN wmrranreM $1,000;000 MED ENE(ARV one Person) $10.000 I.PLRSONAL,&AUV INJURY $110001000 GEN'L AGGREGATE LIMIT APPLIES PER I GENERAL AGGREGATE $2,000,000 POLICY XI PRO O LOC PRODUCTS-COMP/OP AGO s2,000,000 OTHER $ C BA6752L594 '12118/20181211812019 AUTOMOBILE LIABILITY ig's u NEOSIHOLF.LdMIT .. - .{Ea ql,�,tlan/h, 11,000,000 X ANY AUTO I BOOI LY I NJ U RY(Per person) S '= OWNED SCHEDULED 1BODILY INJURY(Per acmdenp $ AUTOS ONLY AUTOS IPROPERTYDAMAGE HIRED X.,..NON-OWNS❑ leer acclden0 S X AUTOS ONLY AUTOS ONLY L. $ ..... ELL , ...... ...... j,... .. ....... ............. ----. ----. ----. EACH OCCURRENCE 5 UMBR ELL AA LIAA OCCUR EXCESS LIAB (CLAIMS MADE I AGGREGATE $ DEO 1 -1 RETENTIONS ----. $ A_- NII 6805H560029 12118/2018 1211812019 PER T XI°„" H ..,, e 4 1 .....,_ .... ......, AND PROPRIEOTOREPARTNOER/EXECUTIVE (WA Stop Gap) I E L EACH arrlDENr s1 000,000 (Mandatory in NH) NIA ,,SE „ , ,,,,, OFFICER/MEMBER EXCLUDED' IEL DlseasE EA EMPLOYEE s1,000,000 If Dyes RIPTION OF O " DESCRIPTION OF OPERATIONS below IEL DISEASE POLICY LIMIT S1,000.000 B Professional DPR9922486 3/0212018 03/02/2019 $3,000,000 per claim Liability I..... $3,000,000 annl aggr,. DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) RE: Project 918184, Public Works Operations Facility New Fuel System. The General Liability policy includes an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder, only when there is a written contract that requires such status,and only with regard to work performed on behalf of the named insured. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 Of 1 The ACORD name and logo are registered marks of ACORD #S24515000/M24418760 VXJZP This page has been left blank intentionally. I Policy Number 6805H560029 GENERAL PURPOSE ENDORSEMENT OFFICE PAC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CGD361 (03-05) - ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE NAMES OF ADDITIONAL INSURED PERSON(S) OR ORGANIZATION(S): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part, provided that such written contract was signed and executed by you before,and is in effect when, the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. LOCATION OF COVERED OPERATIONS: Any project to which a written contract with the Additional Insured Person(s) or Organization(s) in the Schedule applies. (INFORMATION REQUIRED TO COMPLETE THIS SCHEDULE, IF NOT SHOWN ABOVE, WILL BE SHOWN IN THE DECLARATIONS.) A. SECTION II - WHO IS AN INSURED IS AMENDED TO INCLUDE AS AN ADDITIONALINSURED THE PERSON(S) OR ORGANIZATION(S) SHOWN IN THE SCHEDULE, BUT ONLY WITH RESPECT TO LIABILITY FOR "BODILY INJURY", "PROPERTY DAMAGE", PERSONAL INJURY OR "ADVERTISING INJURY'CAUSED, IN WHOLE OR IN PART, BY: 1. YOUR ACTS OR OMISSIONS; OR 2. THE ACTS OR OMISSIONS OF THOSE ACTING ON YOUR BEHALF; IN THE PERFORMANCE OF YOUR ONGOING OPERATIONS FOR THE ADDITIONAL INSURED(S) AT THE LOCATION(S) DESIGNATED ABOVE. B. WITH RESPECT TO THE INSURANCE AFFORDED TO THESE ADDITIONAL INSURED, CG T8 04 12 18 Page 1 of 2 Policy Number6805H560029 GENERAL PURPOSE ENDORSEMENT OFFICE PAC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CGD361 (03-05) - ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: THE FOLLOWING ADDITIONAL EXCLUSIONS APPLY: THIS INSURED DOES NOT APPLY TO"BODILY INJURY' OR "PROPERTY DAMAGE" OCCURRING, OR "PERSONAL INJURY'OR "ADVERTISING INJURY' ARISING OUT OF AN OFFENSE COMMITTED,AFTER: 1. ALL WORK, INCLUDING MATERIALS, PARTS OR EQUIPMENT FURNISHED IN CONNECTION WITH SUCH WORK, ON THE PROJECT(OTHER THAN SERVICE, MAINTENANCE OR REPAIRS) TO BE PERFORMED BY OR ON BEHALF OF THE ADDITIONAL INSURED(S) AT THE LOCATION OF THE COVERED OPERATIONS HAS BEEN COMPLETED; OR 2. THAT PORTION OF "YOUR WORK"OUT OF WHICH THE INJURY OR DAMAGE ARISES HAS BEEN PUT TO ITS INTENDED USE BY ANY PERSON OR ORGANIZATION OTHER THAN ANOTHER CONTRACTOR OR SUBCONTRACTOR ENGAGED IN PERFORMING OPERATIONS FOR A PRINCIPAL AS A PART OF THE SAME PROJECT. CG D3 61 03 05 Copyright 2005 The St. Paul Travelers Companies, Inc. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. CG IS 04 12 18 Page 2 of 2 . „ , � �^ „ • m h . :I s , wm � w� aw � � � , ml � qw wl I A�...Ilm, � RA itl' 9 A 4"� III I � . � p l � 0 IM u,� Ise ,. w .. ns II � mr cr a c nv, I��'w �`� w I w I .. � . ,��„ " ., � '_... au w u A u � III a r � � II I IA!7 wnl �1� ° � i wl �I I (I � .III � w w.11H Iw W 6�II w� q I II �' I �rl,.�� ,I, W, w9 : �mt Iw ;.m w a �,:m ` N m �I 55��pp m M W W m a w � 'w� d I. qp M 'm �v ° � A Ih IP IM P WH 4m lw a •• W'u. air m Iw 'm ww � ••.Wi ww �.�._ &1 Iw•• _ +w�,lN � P�, w1E au 'tl.. �M1%A xs nx a m �I m .� ..I� m I,. ,. I " � ow m � iin � OM m:II � x`n� i Iw ., �' UN III m� .. wtl w w9 hw � •" � ".'" � AY I GW m! ,� � "' II wN.B �� • x, ,.. bd .. '„�, wk G4 � w wN a ,p GP "vi bH "' AI� ail;w h0 M UU ;;. ••. dA '• im ��� Ip �: II tlU � Iw no : � �,NI � I m iw e � ;.J ��e "' n I � w: ' m ® m wr m P„ wm IP W Wm � P Iw�:m,, I to j � d p^I m' I N'."N wW� , q ml m a c �� I�VIIVI IUUIUI�UII IIIII Ilu m m �® ® m, u�: u . uu w�. m I s � � � II �'- Ilm ' mn Iwn.. II.. -m