Loading...
HomeMy WebLinkAboutCAG2020-259 - Original - Nadar Aerial Imaging, LLC - Stormwater Aerial Imaging - 08/10/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: o Director or Designee o Mayor Date of Council Approval: Budget Account Number: Budget? o Yes o No Grant? o Yes o No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? o Yes o No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? o Yes o No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 GOODS & SERVICES AGREEMENT - 1 ($20,000 or Less, incl. WSST) GOODS & SERVICES AGREEMENTs between the City of Kent and Nadar Aerial Imaging, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Nadar Aerial Imaging, LLC organized under the laws of the State of Washington, located and doing business at 1425 Broadway #22236, Seattle, WA 98122, Phone: (877) 516-2327, Contact: Steve Brady (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following services for the City: The Vendor shall provide drone aerial services for Stormwater Projects. For a description, see the Vendor's Scope of Work which is attached as Exhibit A and incorporated by this reference. The Vendor acknowledges and understands that it is not the City’s exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date of this Agreement, the Vendor shall complete the work and provide all goods, materials, and services by December 31, 2021. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Eighteen Thousand, Two Hundred Twenty Two Dollars ($18,222), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Vendor shall be paid after execution of agreement and submittal of invoice. Card Payment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment GOODS & SERVICES AGREEMENT - 2 ($20,000 or Less, including WSST) by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the Vendor 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. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR’S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. 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: A. The Vendor 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 Vendor maintains and pays for its own place of business from which the Vendor’s services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Vendor’s services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor 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 Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Vendor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor 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. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, the Vendor must submit a written amendment request GOODS & SERVICES AGREEMENT - 3 ($20,000 or Less, including WSST) to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by the Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first. Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall GOODS & SERVICES AGREEMENT - 4 ($20,000 or Less, including WSST) be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR’S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and the Vendor’s representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the Vendor’s receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, GOODS & SERVICES AGREEMENT - 5 ($20,000 or Less, including WSST) the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor 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. The Vendor 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. XII. INDEMNIFICATION. The Vendor 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 Vendor'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 the Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'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 the Vendor 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 Vendor’s part, then the Vendor 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 Vendor’s part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Vendor 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. XIV. WORK PERFORMED AT VENDOR'S RISK. The Vendor 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 the Vendor's own risk, and the Vendor 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. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this GOODS & SERVICES AGREEMENT - 6 ($20,000 or Less, including WSST) 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 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 XII 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 the Vendor. 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 Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Vendor'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 Vendor 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 Vendor 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 Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. VEN By: Print Name:(.\, Its DATE CITY OF KENT: Print Name: Tmothy J. LaPorte, P.E. Its: DATE Public Director Ð Zo IN WITNESS, the paÉies 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. Nãdar ¡mas¡nq - Stomwaterlw¿dsorth GOODS & SERVICES AGREEMENT - 7 (ç20,000 or Less, including WSST) NOTTCES TO BE SENT TO: VENDORT Steve Brady Nadar Aerial Imaging, LLC 1425 Broadway #22236 Seattle, WA 98122 (87 7 ) 5L6-2327 (telephone) N1A (facsimile) T{OTICES TO BE SENT TO: CITY OF KENT: Timothy J. LaPorte, P.E. City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5500 (telephone) (253) 856-6500 (facsimile) ATTEST: Kent CiW Clerk 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:-- " b- i, For: Gickc�- Ala-�CA WL "i vt Title: V" t,�,Vxc , Date: 8/1 o/act EEO COMPLIANCE DOCUMENTS - 1 of 3 EEO COMPLIANCE DOCUMENTS - 2 of 3 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 - 3 of 3 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: _________________________________________ t-*"-i- ]-€l-.-{.ï - ¡å:,il'fi,i u't av #22-236 NAÐARÍi'''J#,iÍ::i' ESTIMATE # DATE PO# 2720 071L012020 SERVICE LOCATION City of Kent PW Green River & Various Sites Along 13.5 mile stretch through Kent, WA, 98032 CUSTOMER City of Kent PW Chris Wadsworth 220 4th Avenue South Kent, WA, 98032 Descr¡pt¡on Desimone Levee @ Pedestrian Bridge Pre-Construction: Summer 2020 High resolution aerial drone photos of pre-construction job site approx. 10 acres. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of site prior to construction. POI is damage within 200' of SE side of bridge on the left bank. Also includes higher altitude nadir and/or oblique of full jobsite. Primary Services to be performed: => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to 6 h¡gh altitude images of complete site, Work products delivered via cloud as follows: 1> Photographic image files (JPEG) GRNRA North Pump Station Pre-Construction: Summer 2020 High resolution aerial drone photos of pre-construction job site approx. 30 acres. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of site prior to construction. Also includes higher altitude nadir and/or oblique of full jobsite. Primary Services to be performed => Site lmaging Data Acquis¡tion - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and obfique images documenting all areas of the site. Also includes up to 6 high altitude images of complete site. Work products delivered via cloud as follows: 1.> Photographic image files (JPEG) 76th Ave Road Raising: Mid-Aug. & October High resolution aerial drone photos of construction site along .75 mile stretch of 76th Ave from S. 2L2th to S.222nd. Low alt¡tude (<100ft) oblique images from various directions and altitudes documenting current condition of site during & after construction. Also includes higher altitude nadir and/or oblique images of full jobsite. lmagery to be taken 2 times: Mid-August & October or upon construction completion. Primary Services to be performed: => Site lmag¡ng Data Acquisition - High Resolution RGB Aerial Photography, Up to 50 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to 1"0 high altitude images of complete site. Work products delivered via cloud as follows: 1> Photographic image files (JPEG) Qty 1.00 Rate $325.00 Totâl : $325.00 I 1.00 $355.00 $3s5.00 Lower Russell Earthen Levee: Mid-August 1.00 $702.00 $702.00 EXHIBIT A High resolution aerial drone photos of construction site along 1 mile stretch of Green River. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of site during construct¡on. Also includes higher altitude nadir and/or oblique images of full jobsite, Imagery to be taken ItIid-August. Primary Services to be performed: => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 100 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to 15 high altitude images of complete site. Work products delivered via cloud as follows: 1> Photographic image files (JPEG) Lower Russell Levee Excavat¡on: Mid-August High resolution aerial drone photos of construction site approx, 10 acres. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of job site during construction. POI is on the right bank along Van Doren's Park where they will be widening the river, Also includes higher altitude nadir and/or oblique of full jobsite. lmagery to be taken mid- August. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to 10 high altitude images of complete site. Work products delivered via cloud as follows: L> Photographic image files (JPEG) Lower Russell Levee Floodwall: ASAP High resolution aerial drone photos of completed construction site along .75 mile stretch of Green River from approx. RM 18.6 to Veterans Dr. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of site. Also includes higher altitude nadir and/or oblique images of full jobsite. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 100 Overhead (nadir) and oblique images documenting all areas of completed construction site. Also includes up to 15 high altitude images of complete site. Work products delivered via cloud as follows 1> Photographic image files (JPEc) GRNRA South Pump Station Construction: ASAP & October High resolution aerial drone photos of construction site approx. L0 acres, Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of job site during and after construction. Also includes higher altitude nadir and/or oblique of full jobsite. lmagery to be taken 2 times, ASAP & October or upon construction completion. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to 6 h¡gh altitude images of complete site. Work products delivered via cloud as follows 1> Photographic image files (JPEG) Downey Farmstead: Mid.August High resolution aerial drone photos of construction site approx. 30 acres. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of job site during construction. Also includes higher altitude nadir and/or oblique of full jobsite. lmagery to be taken mid- 1.00 $325.00 $32s.00 1.00 $510.00 $s10.00 1.00 $355.00 $3ss.00 August. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography, Up to 50 Overhead (nadir) and oblique ¡mages documenting all areas of the site. Also includes up to 10 high altitude images of complete site. Work products delivered via cloud as follows: 1> Photographic image files (JPEG) Washington Ave Pump Station: Summer 2020 High resolution aerial drone photos of pre-construction job site approx. 10 acres. Low altitude (<1.00ft) oblique images from various directions and altitudes documenting current condition of site prior to construction. Also includes higher altitude nadir and/or oblique of full jobsite. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to 6 high altitude images of complete site. Work products delivered via cloud as follows L> Photographic image files (JPEG) Skyway Towing: Summer 2020 High resolution aerial drone photos of iobsite approx. 10 acres. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition of site prior to demolition. Also includes higher altitude nadir and/or oblique of full jobsite. lmagery to be taken summer 2020 Primary Services to be performed: => Site lmag¡ng Data Acquisition - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to 6 high altitude images of complete site. Work products delivered via cloud as follows 1> Photographic image files (JPEG) Breda-McCoy Levee: Summer 2O2O High resolution aerial drone photos of pre-construction jobsite along .5 mile stretch of Green River from 3rd Ave 5 to S 262nd ST. Low altitude (<100ft) oblique images from various directions and altitudes documenting current cond¡tion of site. Also includes higher altitude nadir and/or oblique images of full jobsite. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and oblique images documenting all areas of construction site, Also includes up to L0 high altitude images of complete site. Work products delivered via cloud as follows 1> Photographic ¡mage files (JPEG) Upper Mill Creek Dam: ASAP & October High resolution aerial drone photos of construction site approx. 26 acres. Low altitude (<100ft) oblique images from various directions and altitudes documenting current condition ofjob site during and after construction. Also includes higher altitude nadir and/or oblique of fulljobsite. lmagery to be taken 2 times, ASAP & October or upon construction completion. Primary Serv¡ces to be performed: => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography. Up to 50 Overhead (nadir) and oblique images documenting all areas of the site. Also includes up to L0 high altitude images of complete site. 1.00 $32s.00 $32s.00 1.00 $32s.00 $32s.00 Work products delivered via cloud as follows: 1> Photographic image files (JPEG) Green River Flooding: Full Day - Sites TBD High resolution aerial drone photography and/or video of areas TBD on 13.5 mile stretch of the Green River affected by flooding during the flood season, Services are for full I hour day, any day of the week. Documenting river condition, points of interest, and water levels during flooding events over the next 12 months. Primary Services to be performed => Site lmaging Data Acquisition - High Resolut¡on RGB Aerial Photography & High-Definition Video of the Green River and surrounding areas affected by flooding. Overhead (nadir) and oblique images and/or video documenting condition of river, water levels, and any points of interest. Work products delivered via cloud as follows: 1> Photographic image files (JPEG) 2> High-definition video (unedited, 4K or 1080P depending on client preference) Kent Stormwater System: Full Day - Sites TBD High resolution aerial drone photography and/or video of various sites TBD in the Kent stormwater system affected by flooding during the flood season. Services are forfull B hourday, any day ofthe week. Documenting site cond¡tion, points of interest, and water levels during flooding events over the next l-2 months. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography & High-Definition Video at various sites affected by flooding. Overhead (nadir) and oblique images and/or video documenting s¡te condition, water levels, and any points of Interest. Work products delivered via cloud as follows: 1> Photographic image files (JPEG) 2> High-definition video (unedited, 4K or 1080P depending on client preference) Green River Wet Season: Full Day - Sites TBD High resolution aerial drone photography and/or video of areas TBD on 13.5 mile stretch of the Green River during wet season. Services are for full I hour day, any day of the week. Documenting river condition, points of ínterest, and water levels during the next wet season. Primary Services to be performed => Site lmaging Data Acquisition - High Resolution RcB Aerial Photography 6r High-Definition Video of the Green River and surrounding areas during wet season. Overhead (nadir) and oblique images and/or video documenting condition of river, water levels, and any points of interest. Work products delivered via cloud as follows: 1> Photographic image files (JPEG) 2> High-definition video (unedited, 4K or 1080P depending on client preference) Mill Creek Wet Season: Full Day - Sites TBD High resolution aerial drone photography and/or video of areas TBD along N4ill Creek during wet season. Serv¡ces are for full 8 hour day, any day of the week. Documenting creek condition, points of interest, and water levels during the next wet season. Primary Services to be performed: => Site lmaging Data Acquisition - High Resolution RGB Aerial Photography & High-Definition Video of Mill Creek and surrounding areas during wet season. Overhead (nadir) and oblique images and/or video documenting condition of river, water levels, and any points of interest. 3.00 $1,s00.00 $4,s00.00 1.00 $1,s00.00 $1,s00,00 2.00 $1,s00.00 $3,000,00 2,00 $1,500.00 $3,000.00 Work products delivered via cloud as follows: L> Photographic image files (JPEG) 2> High-definition video (unedited, 4K or 1080P depending on client preference) Estimate Total: $18,222.00 ÏERMS All Service Charges include: => Mission planning, project management & scheduling => Obtain FAA Authorizatìons ând file flight plan U0A / NOTAM / D-NAS notice as necessary. => Notification/coordination with on-site and nearby persons and companies as necessary. => On-site setup, Operations & Safety Procedures Checklìst => On-site data verifications and pack up => Roundtrip travel to/from job site. => Upload and catalog work products in cloud for client access NADAR will employ qualified professìonals with minimum $2 Million Pilot Liability lnsurance to complete work describe in thrs document and perform services in accordance with all applicable Federal, State, County and City laws. NADAR transfers all ownership and usage rights to Client, including any copyright, for all data acquired and work products produced, when the lnvoice is paid in full. Unless otherwise agreed upon by both parties, payment for services are due within L5 days of Client receiving all stated work products in satisfactory condition NADAR encourages and offers electronic payment methods. Payments made later than 30 days past the due date may incur a Loolo late fee with an additional late fee added every 30 days. " i Scope of Work #2L2O - i-È*-q**¡¿ @NADAR 1.1 Client and Project fnformation Name of CIient/Orga n ization City of Kent Name of Project Green River & Flood Season Name of Contact Person Chris Wadsworth & Alex Murillo Project Location(s) 72 Sites - Attached Date 7/73/20 Contact's Mai I i ng Add ress 22O Fourth Ave S City Kent State WA City Kent Sfafe WA Postal Code 98032 E-mail Address of Contact Person cwa d swo rt h @ Ke ntWA. g ov AMurillo@KentWA.gov Ext.Telephone Number (2s3) 8s6-ssgO Fax Number 1.2 Project Description: Construction Sites Aerial images of 12 sites along approximately 13.5 miles of the Green River from Auburn city limits (Horseshoe Bend) to the downstream end (Briscoe-Desimone) S. 180th ST. Low altitude(<100ft) oblique ("beauty shots") images of the 12 attached jobsites in varies stages of construction. Low altitude images from various angles & altitudes to capture the basic Aeometry and current condition of each site. Also includes high altitude image of each site for reference. Work to be performed within 7 business days of approval, weather permitting. Flood Season Aerial images and/or video documenting areas TBD along approximately 13.5 miles of the Green River from Auburn city limits (Horseshoe Bend) to the downstream end (Briscoe-Desimone) S. 180th ST. during the flooding season. Imagery from both low and high-altitude showing, condition, points of interest, and water levels of flooded areas along river. Work to be performed within 1 day of approval, weather permitting. Operations will strictly adhere to ALL FAA part 107 regulations. All operations performed in controlled airspace will have FAA authorization priorto flying. Flights will only be over City of Kent properties and/or, ROW, easements or other Þublic property. 1.3 Pre-operation work, FAA authorizations/waivers completed to date (or) required: Mission planning and areas of interest/POls will be coordinated with project manager. Any required FAA filings will be conducted prior to any flights. Nadar will obtain all necessary FAA authorizations and/or waivers. Nadar will monitor and adhere to any changes in FAA part 107 regulations and/or guidelines. End Work: Within 72 months Start Work: Upon approval Mission date(s): Within 72 months Deliverables Date: 2-4 business days 1.4 Timeline of Project: 1.5 Deliverables: Up to 2,00 digital images - (3:2 size, .JPG, auto exp A WB) and up to 40 hours of 4k or 1080P video clips. File renaming to include location and date. No post processing or editing required. Page I of8 1.6 Additional Requirements and lor Conditions: All pilots will be part 107 certified and fully insured with up to $2 million limit. Increased coverage is possible at additional charge. No flights shall be conducted in controlled airspace without FAA authorization. No flights will be performed over adjacent private property, only over city owned property or ROW. Signed: Date: (Client) Signed: Date: (Nadar Imaging LLC) æ I IHCH - 4,OOO FEET 9.000o ?.0t0 4,000N A Dnin:æ Ls¡cr ¡l P;¡c¡ùi¡n grHge Flttt I :Prâ-:;û,lrln..rilrl. ¡itmFr:r rtlt{ r;nNFr4 h4dr Püîp ltallon Flglt'l {F'Í{u'd¡urÅrnrJ. Súnn¡¿r A¡20 Lcr¡r hsll Errsr¡n L.tæ Fli0il I ÍCarrln.ocll' llk-ll¡url ,¡[t Arç Hi,Í ,{¡¡nno l.rgrl I {Crn¡lr.rn[m!' |.ld-*r.gr,ar r þrt : (r061{0rs1lqllf n}. fJcb¿o. I r.¡t, Êç¡'ll I o,rr¡,: F¡rårrí:| df tlrglìf I luorr¡ü.f¡:n¡ f r(LArç.nt I c$r' {¡.æll t lrKt! l-GÉ*.rll F¡llt I :Pçel.CfiìrlrÍr:hrrrr' 4¡iAP ORllftr\ $rr¡h Fu'ry Ssüorflglt t {CsË¡rcl¡rrli, trf,¡4F FlEtt ¡ iÞc¡Lt:ft.lrrdln¡: O€¡cbc, lïrrl ngtor Êll¡hl 1 iÞæ ,tt¡ h¡n¿ Ír¡lior toÍ?tlol¡:r ! Ër'¡nrr2t?l llgJrlíÍ rafûAll.l Flglt I ic0ilfiJc!üì¡: tl¿.Àt"Írs Drtrd ¡¡elçf LrarrÈ f lgftl t {Prr ü¡¡rrhJrl¡uri, ÉurrrxË'¡t¿[' Torrngfil4ltct iFrrD¡ ruilíu ri. Eun rru' 2[2[ 8l..rertlFl|¡lll Lp':c' l.lll tl.rrl gr'n Fl¡5hi I tc€rår.Ëlírñ] ^t¡tplllEttt:, tPrt¡t{ioriln.f.'cF!' lrrl¡ûfr Þlloal 8a!ilifln ¡ín¡l lLtrIlßc¡:I (1,rìÉr tt?crltlrxlro t:.l ,tr?ç tìt¡lrl 2. Ktrt ¡bftr.{tlNt ¡lBlå11. rttÞt3 åtat i¿ {â}E mr(t 3. G'r¡r Rhu vd. lwrÍn f3 drrË rur :l. Llil Clr:r r,,:i xsn 12 dltr rr!r; Nad¿rAeriallmâglng - RcqucrtforScopc ¡nrl Fre Propoaal Fllghte Map rnd D¡ler¿Ar,./ KENT Page 2 of8 Ftt al\a:1'.,1ûi..ltt.i - ..tnr.¡ tfi':fl ûesimone Levee at Pedestrian Bridge! ,i ı- iG -ilr** i;fill;;.:.;¡;''',,', 't ,lrl : * ìL ._< rîi Þ -!¡i.F ' ,r;. a t I :¡ t! ¡ Fr¡-at¡sfu¡¡D'ì )rnfi|rr ifl2lJ GRNRA North Pump Station !i. .:i: i,'i,.,*,* ¡ tl.:., ... , ".- '*"' l. 6¡'i"'' ,. r- '.9:! .& r:",:., ::r!,,bì.'. {, . 4 {'!t; t ij; ¡ :- e:tl: .. :r:"tr--. ì ' ' r,'S; 'å'*ftr t jr :I ,: :fç :,i af, ú. .H rla'.' i ¡-lj' r]it d a, ile ! tl2r.2iì.:f,¡3É ''k .;',-$.. ', '.];ila. t ! ! I Ûtïþ '' .:'*! rt t '-.r -Li ' l*''' i i $t,;.:ï Í E u*i,.k' ""---E J':æ+}+ Itt,. a.', **'}$ ç7 lt t.:;. :g I lt.t..:.:.t.i...:,.t. : ". .F qå€t'?t+*- '' ': - -J '*: Page 3 of8 .i ,. jtIt :,; ia T :,êsr4sÈ ¡ \I t tfle,{ffi. dTrfùs i:.i:' .l? T h .F i. ,. ¡.:-'}! i¿ . 76th Ave Road Raising . CBn:lrrcti¡ñ M¡.1'rx.!rüúrt.a¡l2n Fr,aLa onstru,rtì.rn öatôf)e. ?02{J .tht:*.' ":¡:,ë .>r> ¡7t CiÕrìit rrcton f,l¡llÀuqrst 2f:ì?ù i4tt ,J :,¡;:'i{pï,* i:; :l I tIt t i i i Ltt ! : . t li i .. I' l! ¡I t,: 1 i irj ai b:. I t. I I fi, I I I ¡ ri ':'. t.1t"1*"¡'t'¡'Tæå. t { :: i¿ Í.ê I & :,'l :FI ù tI 3 I þ .Ra : Lower Russell Earthen Levee !' 1t l, å I,t '¡ i: if f '''¡ Page 4 of8 Lower Russell Levee Excavatlon Pre-Coneìilclion - àuMü 202$ Lower Russell Levee Floodwall Post-Canstrucìion: 4.5ÁP Page 5 of8 GRNRA South Pump Statlon Cómtu¿lioñ Á6AP Po5t C6stuliô¡: Ochbe. 1020 Downey Farmstead Consfuclion: Mi4August 2820 Page 6 of8 I I I i Ifi .f Washlngton Ave Pump Statíon Fra-Cülr¡ uc¡o.r :umúer 2n?¡ Skyway Towing r i t '; l I ;lri : I b å Ycl 4,irÍ I 'tlt J *: I 1 !ì :IF 'i,' ! 'if rl N I r * ,'Í ¡ .i llilr ,.,ali: :!i Ì 'I F.e-t:rerrahlr¡¡ Srmr'¿L )l)2ú Iq l Page 7 of8 iì I.q,-. J'rttf I Breda-McCoy Levee P t t- Cttttaltt trilôn aa irnrß"t 1 n'/ft '.' tó t; : i g Èiî ¡, -,.--'_'.*.,.j]J ! ai B rï ü I .2 l ir-¡:.. ti.. ' - a'a I f'r '.t *.t, './aa ì )It {rl ;Ì ir t, i- .{sF. ! Jår..¡¡!{ i_.'1:, ,t'i: 'a ,i t, ,. : Cúñtt'rcþDû A3èF Fc:tCoÍsÍrrtiù¡Ì lict 2Bitr'l i Page 8 of8 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor 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 Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor 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. Aviation Liability Insurance for Unmanned Aerial Vehicles on an occurrence basis, including products and completed operations and bodily injury. This coverage may also be provided by endorsement to a Commercial General Liability policy. 3. 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 Contractor’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. 4. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor 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. EXHIBIT B (Continued) 2. Aviation Liability with limits no less than $1,000,000 per occurrence, and $2,000,000 in the aggregate. This coverage may also be provided by endorsement to a Commercial General Liability policy. 3. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations 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 Contractor’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 Contractor’s insurance and shall not contribute with it. 2. The Contractor’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 contractor 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 Contractor’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 Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. EXHIBIT B (Continued) F. Subcontractors Contractor 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 Contractor. 06/23/2020 Del Duke Insurance Group 1190 Marlkress Rd. PO Box 2025 Cherry Hill NJ 08034-0142 Dee Fithian (856) 424-7960 (856) 424-0234 dee@protectwhatyouhave.com Nadar Aerial Imaging, LLC 1425 Broadway # 22236 Seattle WA 98122 Travelers Cas. & Surety of IL 19046 Travelers Indemnity Co. of IL 25674 CL2062308943 A Y Y 680-0L500539-20-42 06/13/2020 06/13/2021 2,000,000 300,000 5,000 2,000,000 4,000,000 4,000,000 Non-owned 2,000,000 1,000,000 B 10,000 CUP-9P169410-20-42 06/13/2020 06/13/2021 1,000,000 1,000,000 Certificate Holder listed below is named as an Additional Insured on the General Liability policy. City Of Kent 220 Fourth Ave S. Kent WA 98032 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY COMMERCIAL GENERAL LIABILITY POLICY NUMBER: ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED–DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of person or organization: CG T4 91 11 88 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your acts or omissions. 680-0L500539-20-42 05/14/2020 CITY OF KENT 220 FOURTH AVE S. KENT WA 98032 CERTIFICATE OF INSURANCE This certificate is as a matter of information and confers no upon the certificate addressee. Policy No. 9016649 issued by one or more member companies of Global Aerospace Pool through Global Aerospace, Inc. Policy Period: from Ma¡ch 14,2020 to March 14,2021 Policy Tenitory: Worldwide That the following policy has been issued to: NADAR AERIAL IMAGING, LLC 1425 Broadway #22236 Seattle, WA 98101 Date: March 11,2020 This is to certif, to: City of Kent 220 Fourth Ave S. Kent, WA 98032 Coverages Single Limit Bodily Injury and Property Damage Including Passengers Third Party War Liability AIRCRAFT LIABILITY Limits of Liability $2,000,000 Each Occurrence $2,000,000 Aggregate Policy includes Commercial General Aviation Liability coverages, with limits as shown in the policy. Solely as respects. an.occulÏence arising out of th_e ownership, maintenan_ce or use of an unmanned aircraft insured under this policy and solelyto the extent.required in an agreement with the Named Ilsurèd, the IVHO IS AN INSURED section of the policyìr ;-;rA;ãi;ilól;à;rlr;-''certificate addressee as an insured, but only as respects the Named Insured's use of the aircraft.and only *iitt réðpá.itó tfr. ."rtlncut. f*:-^:.L]tlb^tlitl-_Þ:Tt. of acts or omissions ıf the Named Insured. However, no such person or oiganizatioã ir-ñ i;;";;d if hã, she, or it,or any of his, her, or its agents or employees is engaged in the. manufactu.re, maintenance, rêpair, or sal jof aircraft, aircraft éngin"r,components or accessories, o¡ in tþq operation of any airport, hangar, flying school, flighi service, or aircraÍì or pilôting rè*i.Ë, as respects anyoccurrence arising out ofsuch activity. The insurance, as to the interest of the certificate addressee, shall be primary without right of contribution by any other valid and collectibleinsurance available to the certificate addressee. Il:_-"*ll"*lXtA?:I right to recovery it may have against the certificate addressee because of payments ir makes for physical damage roaircratt described in this certificate, but only to the same extent that the Named Insured has waived itsîght of i".óuèry ioiñ;h phtriü-- -- damage against the certificate addressee. The Company agrees to give 30 days notice (10 ifcancelled for of premium) to the certificate addressee in the event the policy is on Notwithstanding any requirement, term or condition of any the insurance afforded by the policies desc¡ibed herein is amend, extend or otherwise alter the coverages afforded by GLOBAL AEROSPACE, INC cont¡act o¡ other document with respect to which this certificate may be issued or may pertain, subject to all the terms, exclusions and conditions ofsuch policies. This certificate does not the policies described herein. Limits may have been reduceã by paid claims. {;Lç$,{1. Âi:Rt)sf.rcE BY ACZ006 (September 1, 2009)Page I of2 Certificate No . 569922688 CERTIFICATE OF INSURANCE This certifiuatc is vcn as â mätter Õf infôr1l1ation and confers no rights upon the certilicate addressee. cancelled by the Company. Aircraft Covered: All unmanned aircraft owned and operated by the Named Insured çL(}I1ÁL,q"ER{}Srå{;r%{ffi lolicy No. 9016649 issued by one or more member companies of Global Aerospace Pool through Global Aerospace, Inc. Policy Period: from March 14,2020 to March 14,2021 Policy Tenitory: Worldwide That the following policy has been issued to NADAR AERIAL IMAGING, LLC 1425 tsroadway #22236 Seattle, WA 98101 Date: March 11,2020 This is to certi$r to: City of Kent 220 Fuuth Avc S. Kent, WA 98032 ACZ006 (September l, 2009)Page2 of2 Certifrcate No . 5 69922688