Loading...
HomeMy WebLinkAboutCAG2021-106 - Original - Varius, Inc. - Water Emergency Response Plan Update - 03/09/2021ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: Director or Designee Mayor Date of Council Approval: Grant? Yes 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? Yes No* Business License Verification: Yes In-Process Exempt (KCC 5.01.045) If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? Yes 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 Budget Account Number: Budget? Yes No Dir Asst: Sup/Mgr: Dir/Dep: rev. 200821 FOR CITY OF KENT OFFICIAL USE ONLY (Optional) * Memo to Mayor must be attached CAG2021-106 3/9/21 CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) CONSULTANT SERVICES AGREEMENT between the City of Kent and Varius, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Varius, Inc. organized under the laws of the State of Washington, located and doing business at 13533 NE 190th Place, Woodinville, WA 98072, Phone: (425) 269-8479, Contact: Daniel Ervin (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. The Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall assist with the City's Water Emergency Response Plan. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. The 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. The Consultant shall complete the work described in Section I by August 31, 2021. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Fifty Two Thousand, Three Hundred Fifty Six Dollars ($52,356), 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. 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. C. Card Payment Program. The Consultant 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 by check and is available for the convenience of the Consultant. If the CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) Consultant voluntarily participates in this Program, the Consultant will be solely responsible for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. 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 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 the 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 the 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 the 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 the Consultant’s records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI.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 Consultant 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 CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) costs, losses, expenses, damages, or delay costs incurred by the Consultant 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 Consultant 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 Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. VII. 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. The 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. VIII. INDEMNIFICATION. The 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 the 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 the 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 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 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 the 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. IX.INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit C attached and incorporated by this reference. X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) XI. 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 until the completion of the work under this Agreement. While work is ongoing and throughout the duration of the Agreement, the Consultant shall make such data, documents, and files available to the City upon the City’s request. Due to the sensitive nature of this work, after the Consultant’s work is completed, the Consultant shall return to the City all documents or records submitted by the City to the Consultant and any other documents, drawings, designs, reports, notes or any other records developed or created under this Agreement. The Consultant shall not retain any documents or electronic records of any kind related to the work completed under this Agreement. XII. CITY'S RIGHT OF INSPECTION. Even though the 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. XIII. WORK PERFORMED AT CONSULTANT'S RISK. The 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 the Consultant's own risk, and the 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. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in 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 VIII 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 Consultant. CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the 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. 03/09/2021 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: - r For: VA 9 (VS j ;JG- Title: CCV. Z17 t q 4A— Date: :7Li Z EEO COMPLIANCE DOCUMENTS - 1 EEO COMPLIANCE DOCUMENTS - 2 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 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: _________________________________________ \r*,= VARIUS INC 13533 NE 190th Place Woodinville WA 98072 variusinc.com CITY OF KENT WATER SYSTEM 2021 EMERGENCY RESPONSE PLAN UPDATE Phase 2 -Emergency Response Plan Exhibit A - Scope of Work January 2021 The America's Water lnfrastructure Act of 2018 (AWIA) requires all water utilities serving over 3,300 people to develop or update a Risk and Resilience Assessment (RRA) and an Emergency Response Plan (ERP). The law identifies specific components that must be included in the RRA and ERP and establishes deadlines by which the water system must certify completion of those documents to the United States Environmental Protection Agency (EPA). The City of Kent (CiW) has already completed and certified the RRA portion of the AWIA mandate and will need to complete and certify the ERP portion of the mandate by June 3gth, 2021. The City will then need to recertifo the RRA and ERP every five years. The City has already completed the RRA portion of the work, using City staff and resources and met the December 31$ deadline for certification. The completed RRA used an "all hazards" risk approach including malevolent acts and natural hazards. The RRA evaluated all the critical assets of the water utility including transmission and distribution mains, source water, intakes, pretreatment and water treatment facilities, storage, and the SCADA and business systems (cybersecurity). lt included the following: 1) monitoring practices of the utility, 2) financial infrastructure, 3) use, storage, and handling of various chemicals and 4) operation and maintenance of the system. This scope is for the next step, the ERP, which will incorporate the findings of the RRA and include; 1) strategies and resources to improve the resilience of the system, 2) plans and procedures that can be implemented to respond to hazards that threaten the ability of the system to deliver safe drinking water, 3) actions, procedures, and equipment that can be used to significantly lessen the impact of an even! and 4) strategies that can be used to aid in the detection of a hazard. This work is included in this scope of work. This project will be completed before the June 30th certification date. The following tasks are work that will be accomplished by Varius, lnc. (Varius), the engineer of record for this update. This update will be accomplished in general conformance with the AWIA requirements and the American Water Works Association's manual J100 which contains guidance regarding technical content, methodologies, and critical elements. The process described in AWWA J100 depends heavily on the existing knowledge and the previous planning efforts of City staff' Page 116 Varius assumes that previous work that the City has completed (including the RRA) can be used in large part to meet the AWIAs ERP review requirements, and that this Scope of Work will include items that were not previously required by past assessments. Note: This Emergency Response Pton lJpdote witt include water facilities only to be compliont with ond meet the requirements of the Americon Woter lnfrostructure Act. lt is ossumed thot the existing Emergency Response Ptan for wdstewater facitities will remain in ploce and be used os is. Future phases of this proiect could include on update to the wastewater emergency response plon and other tosks os authorized by the City. Varius is entitled to rely upon the occuracy ond completeness of ony work or informotion supplied by the City or others in the performance of this work. EMERGENCY RESPONSE PIAN (ERPI UPDATE TASK 1- Review, Review Documents, Orientation 1,. Review the existing RRA completed by City staff and compare the threat-asset pairs with the recommendations of AWWA above for completeness. Use the general outline and procedures in AWWA J100 as the methodology for evaluating the Risk and Resilience Assessment of the water utility. Provide recommendations to City staff regarding any threat-asset pairs that were not previously evaluated (if any) and discuss impacts with staff. 2. Varius will develop a list of assets and threats that are NOT included in the existing RRA (none are anticipated) and will use Varius existing analysis tools to complete any remaining recommended work. Varius will analyze any missing RRA work as outlined below: . Develop Asset-Threat Pairs o Develop quantifiable values for Consequences(C), Vulnerability(V) and Threat Likelihood(T) . Develop/utilize quantified data to rank each asset-threat pair (R = C * V * T) . Eliminate lower ranked pairs from analysis . Develop Risk/Resilience Analysis for each pair . Develop RRA Management Plan . Document process/ranking/assumptions 3. ldentify any vulnerabilities to man-made threats, natural hazards, and dependencies and proximity to hazard sites that were not included in previous work for discussion with City staff. 4. Review the current Emergency Response Plan, the current Comprehensive Water System plan, the recently completed Risk and Resiliency Assessment, other relevant emergency or operations documents and the City's GIS database' 5. Review "Normal" and "Emergency" operating plans for the City facilities (provided by City). 6. Summarize the facilities and emergencies included in the Risk and Resilience Assessment and compare with the facilities and emergencies recommended in AWWA J100. 7. Evaluate the current response processes and planned actions for comparison with the recommendations included in AWWA J10O (Risk and Resilience Management for Water and Wastewater Systems), AWWA M19 (Emergency Planning for Water and Wastewater Utilities), and supplemental AWWA standard G43O-14 and G440-17 for assistance and compliance as well as for sound management and engineering operations. Page 216 TASK 2 - Emergency Analysis, Review the City's operations and assets and identify additional emergency situations that should be included in an update of the ERP. 1. Review the current operating configuration and operational approaches for City facilities based on information contained in the normal and emergency operating plans for each facility and based on a meeting with operational staff. 2. Consider alternative modes of operation that the City staff have developed for both normal and emergency operating conditions based on a meeting with City staff. 3. Document current emergency situations included in the existing ERP. Develop system-wide emergency responses for the following threats and emergencies: a. Earthquake b. Flood c. Landslide d. Fire and Wildfire e. Severe Weather f. Volcanic Eruption g. Pandemic, Epidemic, Widespread Medical Malady h. Civil Unrest i. PowerOutage j. MajorVehicleAccident k. DistributionSystemContamination l. PipelineDamageAquiferContamination m. ProcessSabotage n. CyberAttackon SCADA o. CyberAttack on Business Systems p, ReservoirBreach q. Vandalism r. DisgruntledEmployee s. Active Shooter t. Explosion u, BombThreat v. Suspicious Mail w. Terrorist Threat x. Drought y. Fuel Shortage z. Comms Failure aa. Supply Shortages (for example, fuel, items, chemicals, etc') 4. Develop emergency responses for the Critical Facilities including the Following: a. Nine Supply Facilities (Wells and Springs) b. Six Booster Station facilities c. Nine Reservoirs ortanks d, Six Supply meters or interties These responses will include a brief narrative about the facility, normal operating conditions, and the actions to be taken during emergencies to start, stop, secure, or isolate the facility. 5. Provide the format for content display for the purpose of improving efficiency, functionality, and sustainability during an emergency. Page 315 TASK 3 - Format Design, Recommend the ERP format and accomplish content changes to improve efficiency, f u nctiona lity,and sustainability during an emergency 1. Provide the format for content display for the purpose of improving efficiency, functionality, and sustainability during an emergency. 2. Update the existing ERP with content generated from previous tasks. 3. ldentify steps for incorporating a searchable index by topic or search string so that the ERP staff references can be updated once per individual and have the remaining occurrences of an individual's name updated simultaneously. TASK 4 - Meetings,Meet with City staff and stakeholders as follows 1. Review of documentation provided by the City to determine any gaps, additional information needed, etc. 2. Overall Format and Content Meeting 3. Text and content progress meeting at Contract Date plus 4 weeks, 5 weeks and 8 weeks' 4. Final Draft Document Review 5. Project Closeout TASK 5 - Write ERP, Update the ERP and p rovide workable copies for implementation 7. Prepare the updated ERP using the following sections in an efficient, easy to use format. Submit each section to City staff for review when each section is ready' 2. lncorporate City review comments and make changes to the corresponding text and graphics in the ERP. 3. Submit a9O% draft for review, make remaining changes, and provide the final document for City use. Six printed copies and an electronic version will be provided (WORD and PDF). 4. The ERP document will have the following Chapters: a. General lnformation (administrotive information neededforAW\Acompliance) b. First Steps in Responding (an 77-step process suitable for oll emergencies) c. Response by Type (response procedures for system wide emergencies, like eorthquokes) d. Response by Facility (response procedures for emergencies that occur ot each facility) e. Response Chart (tobutor tist of steps and actions needed for each emergency) f. Contact lnformation and Resources(your phone and contact lists) g. Media and Public Statem enls (your stondord forms ond text for media releases and coordinotion) h. Forms (City-stondord forms and documents, often l6-bosed) i. Maps and Figures (reference graphics, mops, chorts, etc.) j. Reference Documents (resource moterials, comp plan, operating manuals, etc.) Page 416 Items provided by Kent - lt is anticipated that the following information will be provided by Kent to Varius to support this project: a. DOH lD Number, number of service connections, number of customers, wholesale services (if any). b. City Organization Chart (names, titles, seniority). c. List of Critical Facilities (address, capacity, year constructed, asset value, reduction in system capacity if taken offline). d. Existing countermeasures at Critical Facilities (ex. site lighting, perimeter fencing, security cameras). e. List of City Personnel (name, title, City phone, personal phone)' f. The order of priority that Critical Facilities will be visited and assessed after a system- wide emergency. C. List of Responsible Personnel and the Emergency Management Position (NIMS position) they would assume during an emergency. h. Location and characteristics of the EOC. i. City Emergency Contact Lists (contractors, suppliers, agencies, etc.) for inclusion in the plan. j. Copies of any current media statements or other boilerplate documents that might be referenced or distributed. k. Copies of the Comp Plan figures in .PNG format. L The current Risk and Resilience Assessment as prepared by City staff. Deliverables - The following will be delivered by Varius as part of this project: a. Memo detailing the documents, data and materials needed from the City (1 week after contract execution). b. Memo identifying the facilities that will be considered Critical Facilities (2 weeks after contract execution). c. Review copies of each ERP chapter (draft form) for review including: Chapter 1- General lnformation (contract + 4 weeks) Chapter 2 - First Steps in Responding (contract + 4 weeks) Chapter 3 - Response by Type (contract + 6 weeks) Chapter 4 - Response by Facility (contract + 8 weeks) Chapter 5 - Response Chart (contract + 4 weeks) Chapter 5 - Contact lnformation (contract + 4 weeks) Chapter 7 - Media and Public Statements (contract + 4 weeks) Chapter 8 - Forms (contract + 4 weeks) Chapter 9 - Maps and Figures (contract + 4 weeks) Chapter 10 - Documents d. Review meeting to discuss progress and review draft text. Meetings will tentatively be Page 515 a planned for Contract Date plus 4 weeks, 6 weeks, and 8 weeks (dates are tentative pending city review progress and ability to meet on or near the target dates)' e. Final draft copy of completed ERP (before the end of the first week of June 202ll. f . Final hard copy (6) of ERP in three ring binder and an electronic copy in .PDF and MS Word (before June 30th,2021). This Scope of Work will involve a good deal of coordination between City and Varius staff, as well as with outside stakeholders. To avoid duplicated efforts, Varius staff will rely on information provided by City staff. Provide City staff with 2 week review period. end of scope of work Page 615 TotalsHourCo3t136100$33,864.0016,100.00996.00995.00$4$4$21t4 + 51,956.00Task 5:wrlte ERPHouE Co3t80 $ 19,920.00s8 $ 9,338.004 $ 996.004 $ 996.00746 $ 31,EO.NT.3k 4:IrleedngsHouE C6t18 I 4.482.0072 $ 1,932.000$0$30 $ 6,414.00Taak 3:Format De3lgnHouE Cost6$ 1,494.00$-+-$-006 $ 1,494.00Task 2:EmergencyAnalyslsHour CGtzo $ 4,980.0012 $ 1,932.000s0$32 $ 6,912.00TaSl( I IReYlewHour Co3t72 $ 2,988.0018 $ 2,898.000$0$m $ ,886.00Prime consultant: varius lnc.Project Name: W00(X4 - water Emergency ResponsPlan 2021HouilyRete$ 249+ 151$249249$SummaryCategortsrdfDan EruinCraig NormanRicki HarbertRick HarbertProject ManagerProject EngineerCEO/PresidentPrinciplelntl1Nl!.<=l.m )58owBI1 a/,-f.)Flg <1o.F-1Glmlot <'+!S#9i3Fr9'* =2o b"tzlE<(]{r,flqttrCLtctot'iFTE.=J9JaoCHARGESTotuC63t0$f400.00+ 4OO.OO&C6d0$$(,tvG6t0$$('tYCo!t0$$OtuCdt0$.tOtvCad0$.ftlhltP*.mi $ 0.s4LSSummaryem\4ileage (to be charged at IRSrpproved rate at time of charge isnflrred) See Note 1PrintingAllowance (SeeNote 2)TOTIL COST$ s2,3s6.OOTr3k 5:$ 31,250.00Ta3k 4l$ 6,414.00Trik 3:$ 1,494.00Tr3k 2:$ 6,912.00Ta3k 1:$ s,886.00TOTAL COSTNote 1Note 2It is anticipated that all meetings will be virtual and that Varius stafr will not be on-site to tour facilities or attend meetings'Lump Sum estimate incrdes six opies of the completed plan (estimated to be 250 pages each) in three ring bindeF.!omo\tol EXHIBIT C INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01. The City shall be named as an Additional Insured under the Consultant’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. EXHIBIT C (Continued) 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 A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. 02/02/2021 Sammamish Insurance, Inc. 704 228th Ave NE, PMB 373 Sammamish WA 98074 Jona Bolin (425) 898-8780 (425) 836-2865 JonaBolin@msn.com Varius Inc. 13533 NE 190th Pl Woodinville WA 98072 Ohio Security Insurance Company 24082 Continental Casualty Company 20443 CL2112703709 A Y BZS58517753 01/15/2021 01/15/2022 2,000,000 2,000,000 15,000 2,000,000 4,000,000 4,000,000 Employers Liability 2,000,000 A Y BZS58517753 01/15/2021 01/15/2022 2,000,000 B Professional Liability AEH591916537 01/15/2021 01/15/2022 Per Claim $3,000,000 Aggregate $5,000,000 The City of Kent is named as additional insured automatically where required by contract as respects General Liability and Automobile Liabiltity per BP7996 attached. City of Kent 220 Fourth Avenue South 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 129180of58517753003395235POLICY NUMBER:BUSINESSOWNERS BP 14 02 07 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASEREAD IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGEFORM BP 14 02 07 13 Insurance Services Office, Inc., 2012 Page 1 of 2 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) City of Kent 220 Fourth Ave South Kent, WA 98032 Location And Description Of Completed Operations At customer’s location, all work done for others during the policy period. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Liability is amended as follows: A.The following is added to Paragraph C. Who Is An Insured: Any person(s) or organization(s) shown in the Schedule is also an additional insured, but only with respect to liability for "bodily in- jury" or "property damage" caused, in whole or in part, by "your work" at the location des- ignated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-com- pleted operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permit- ted by law; and 2.If coverage provided to the additional in- sured is required by a contract or agree- ment, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Paragraph D. Liability And Medical Expenses Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 130180ofBP 14 02 07 13