Loading...
HomeMy WebLinkAboutCAG2020-306 - Original - Jacobs Engineering Group, Inc. - Washington Ave S. Stormwater Pump Station - 09/29/2020ApprovalOriginator: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 DATE: August 18, 2020 TO: Kent City Council SUBJECT: Consultant Services Agreement with Jacobs Engineering Group Inc. for Washington Avenue South Stormwater Pump Station - Authorize MOTION: Authorize the Mayor to sign a consultant services agreement with Jacobs Engineering Group, Inc. in an amount not to exceed $169,891.24 for engineering services on the Washington Avenue South Stormwater Pump Station project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Washington Avenue South Stormwater Pump Station project proposes to increase the capacity of the existing stormwater pump station, currently located on the west side of the Washington Avenue South bridge along the right bank (north bank) of the Green River, and to relocate the facility to the east side of Washington Avenue South. The existing stormwater pump station has a pumping capacity of 6 CFS (cubic feet per second) and serves an approximate drainage area of about 50 acres of commercially zoned land located along Washington Avenue South to the north of the pump station’s current location. The Project proposes to relocate the stormwater pump station to the east, upgrade its pumping capacity to approximately 30 CFS, and increase its drainage service area to approximately 90 acres by including additional service areas to the east of its new location. This consultant services agreement contract with Jacobs Engineering Group, Inc., includes completion of final design plans and specifications for the Mechanical, Electrical, Architectural and Structural Design. The relocated and upgraded Washington Avenue South Stormwater Pump Station will reduce flood risk to roadways and properties in the Kent Valley. BUDGET IMPACT: Funding for this contract will come from budgeted drainage utility funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1.Washington Ave Stormwater (PDF) 08/11/20 Committee of the Whole RECOMMENDED TO COUNCIL BY CONSENSUS RESULT: RECOMMENDED TO COUNCIL BY CONSENSUS Next: 8/18/2020 7:00 PM CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) CONSULTANT SERVICES AGREEMENT between the City of Kent and Jacobs Engineering Group Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Jacobs Engineering Group Inc. organized under the laws of the State of Delaware, located and doing business at 1100 112th Avenue NE, Suite 500, Bellevue, WA 98004, Phone: (425) 233-3102, Contact: Erik Brodahl (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 provide engineering design and bidding services for the Washington Avenue South Stormwater Pump Station Replacement Project. 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 December 31, 2021. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed One Hundred Sixty Nine Thousand, Eight Hundred Ninety One Dollars and Twenty Four Cents ($169,891.24), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within 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 CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) the 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. CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) 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 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 B attached and incorporated by this reference. CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) 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. 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. The Consultant shall make such data, documents, and files available to the City upon the City’s request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. The City’s use or reuse of any of the documents, data, and files created by the Consultant for this project by anyone other than the Consultant on any other project shall be without liability or legal exposure to the Consultant. 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. CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) 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. 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. / / / / / / / / / / / / / / / / / / / / / / / / 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. CONSULTANT SERVICES AGREEMENT - 6 (Over $20,000) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: By: (signature) Print Name: Its (title) DATE: CITY OF KENT: By: (signature) Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CONSULTANT: Erik Brodahl Jacobs Engineering Group Inc. 1101 112th Avenue NE, Suite 500 Bellevue, WA 98004 (425) 233-3102 (telephone) N/A (facsimile) NOTICES 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) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk Jacobs - Washington Ave PS/Lincoln 2020.09.14 06:58:04-07'00' David L. Allison Manager of Projects September 14, 2020 09/29/2020 EEO COMPLIANCE DOCUMENTS - 1 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City’s equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ ________________________________________________2020.09.14 06:57:36-07'00' Jacobs Engineering Group, Inc. Manager of Projects September 14, 2020 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: _________________________________________ September 2020 Page 1 of 11 Jacobs Engineering Group Inc. Exhibit A City of Kent SCOPE OF SERVICES Washington Avenue South Stormwater Pump Station Replacement Engineering Design and Bidding Services ------------------------ Jacobs Engineering Group Inc. September 2020 1. PROJECT UNDERSTANDING The City of Kent’s (City) existing Washington Avenue South Pump Station is located northwest of the 68th Ave South (Washington Ave) overpass of Hawley Road. The pump station was installed in approximately 2001, and includes one vertical turbine pump, a precast concrete wet well, electrical cabinets and control system components installed on a slab and covered by a steel canopy. Typically, stormwater drains through the wet well to the Green River, but when the river stage is too high to drain by gravity, it is necessary to activate the pump to discharge the storm water via a higher elevation outfall on the bank of the Green River (through a PRATT valve). The pumping capacity is approximately 6 CFS (2,700 GPM) at a total dynamic head (TDH) of about 10.5 feet, using a 20 horsepower (HP) motor, according to the equipment nameplates. The usage of the existing pump station is generally limited. In the past several years the total annual pump runtime has been reported to range from less than one hour to about 25 hours, although in February of 2020 the pump station operated for approximately 60 hours continuously, reinforcing the need for a more significant relocated facility. Additionally, the existing pump station will be in direct conflict with proposed levee improvements along the Green River, which are being funded by the King County Flood Control District in the relatively near future. To accommodate the levee improvements, the City plans to relocate/replace the existing pump station facilities further from the river on another property, also collecting overflow from additional tributary area. The City has prepared a sizing study to determine the appropriate level of facilities needed. Jacobs Engineering Group Inc. (Jacobs/Consultant) will assist the City with preparing the design based upon the conclusions from the City’s study. The City will prepare a significant portion of the civil engineering design and related services, with specific components identified within this scope of services to be prepared by Jacobs. Project Goals and Objectives: The pump station will include upgraded pumping capacity, a new wet well, a new electrical system with controls, and a new standby generator set. Site work may include grading, paved site access, lighting, a stormwater treatment system for new impervious area, fencing, and landscaping. The project will also include conveyance improvements, with gravity overflow September 2020 Page 2 of 11 Jacobs Engineering Group Inc. connections to the new pump station location and a force main discharge connecting to an existing gravity outfall to the Green River. It is anticipated that residential setting CMU shelters will be provided over the equipment (similar to the shelters for the GRNRA South Stormwater Pump Station); these facilities will be designed with simple architectural and structural features. 2. ASSUMPTIONS The following items are not currently included with the Consultant’s scope of services, but may be added by amendment or new contract(s) if requested by the City: Reasonableness level review of the City’s sizing assumptions, utility record research, utility locates, utility potholing, surveying, geotechnical, site work design, stormwater collection and treatment, stormwater drainage report, hydraulic modeling related to the pump station, instrumentation and controls design, landscaping, environmental, permitting, preparation of a Stormwater Pollution Prevention Plan (SWPPP), public involvement, coordination with Puget Sound Energy, siting of the new electrical service, traffic control plans, cost estimates and construction services. This scope of work is based on the following assumptions: Engineering Design Assumptions: Survey, Site Civil Grading, Conveyance Piping, and Utilities:  Consultant will receive, within 30 days of Notice to Proceed, all existing base maps and site controls to be used for facility layout. Any field survey and base mapping to common datums will be collected and processed by the City using AutoCAD Civil 3D and the City of Kent’s standards to develop base maps of existing data to be used for the project. Pump Station Structural Foundation and Shelters:  Consultant wet well design based on ability to utilize precast concrete structures. No structural design of a custom wet well is included.  Consultant will provide structural foundation plans for electrical/generator set shelter and pump station shelter.  The pump station shelter is assumed to be a longer version of the GRNRA South Stormwater Pump Station shelter, to cover a new manhole housing a new 6 CFS pump, immediately upstream and in-line with the new wet well.  Consultant will rely on City provided geotechnical reports and services. o City will provide draft version of geotechnical report for review by Consultant for applicable design recommendations relating to Consultant’s portion of the design. o City will provide final version of geotechnical report for Consultant’s information. Pump Station Architectural Plans, Elevations, Details, and Schedules:  Consultant will provide architectural plans and elevations for pump station exteriors based on the shelter for the GRNRA South Stormwater Pump Station.  Consultant will provide typical details for architectural features in the pump station based on the shelter for the GRNRA South Stormwater Pump Station. September 2020 Page 3 of 11 Jacobs Engineering Group Inc. Consultant will provide schedules and technical specifications for the pump station finishes based on the shelter for the GRNRA South Stormwater Pump Station. Pump Station Electrical Service, Panels and Routing: Three-phase power is assumed to be readily available adjacent to the site, and a transformer vault will be installed near the relocated stormwater pump station facilities. Consultant will provide the voltage and current requirements for the station’s electrical service to the City, for the City’s use in coordinating the new electrical service with Puget Sound Energy. The Contractor will be responsible for obtaining any necessary electrical permits required for construction. The generator set will be housed in a standard “quiet-site” enclosure rather than a custom sound-enclosure (as manufactured by Alum-Tek, etc.). Pump Sizing, Mechanical Equipment, Valves, and Associated Fittings: The City plans to install the relocated pump station to the east of the current location, in City right-of-way on the east side Washington Avenue. This location will include additional upstream area, including a piped conveyance system and nearby overgrown drainage channel that discharge separately to the Green River, accounted for in the City’s sizing calculations. The pump station is planned to need to overcome the estimated 500-year peak stage at the proposed outfall location in the Green River. The City will provide this estimated flood elevation and TDH computations. The relocated Washington Avenue South Pump Station is anticipated by the City to have a total future nominal capacity of 30 CFS. To cover the anticipated broad range of incoming flow rates, the station will be configured to include a new 6 CFS pump for low flow conditions and two new variable frequency drive controlled 15 CFS pumps, operating alternately for flows up 15 CFS and in parallel for flows between 15 CFS and 30 CFS. The existing 6 CFS pump will be removed intact and returned to Kent Public Works Operations to be salvaged for components to be used on other City Pump Stations. A new 6 CFS pump will be mounted on a new manhole immediately upstream and in- line (not perpendicular) with the new wet well. The City will design the new manhole and integrate the new 6 CFS pump. The new 6 CFS pump discharge line, designed by the City, will be routed to the existing pump station outfall, and an overflow will be provided to the new high-flow wet well. Consultant will design the high-flow wet well for a configuration of two variable frequency drive controlled 15 CFS pumps, similar to the GRNRA South Pump Station layout, with a somewhat smaller footprint. Consultant will size pump and drive equipment and prepare drawings and specifications based on City provided design flow and pump discharge design head. Consultant will coordinate mechanical equipment specification with City’s Instrumentation and Controls consultant for compatibility of vendor interface options. Review Package Compilation and Control: The Consultant will prepare certain plan sheets and specifications for insertion into the overall plans and specifications prepared by the City. The Consultant will coordinate with the City CAD lead for the project, who will maintain overall responsibility for the compilation of the drawings, including preparation of the title September 2020 Page 4 of 11 Jacobs Engineering Group Inc. blocks, cover sheet, general notes, site map, survey information, sheet index, and drawing numbering. The Consultant will focus on design of the pump station wet well, new 15 CFS pumps/motors, flow meter vault, electrical engineering, lighting, and structural/architectural design for the CMU shelters over the equipment. Consultant will review the City provided design drawings and specifications relating to the TESC, site work, grading, paving, site access and conveyance systems for general compatibility with Consultant provided pump station and high-flow wet well design. The Consultant will only provide signed engineering stamps for drawings and specifications prepared directly by the Consultant or under the Consultant’s supervision, which will include the City providing drafting relating to Consultant markups on drawings originating from the GRNRA South Stormwater Pump Station (as further defined in under the appropriate tasks herein). Bidding Schedule, Quantity Take-offs, and Engineer’s Opinion of Cost: Consultant will prepare the components of the quantity take-offs, cost estimates, and the engineer’s estimate associated with the items on sheets and design elements for which Consultant is directly responsible for (including but not limited to the pump station, wet well, electrical components, mechanical components, and above ground structures). These quantities will not include civil site work related earthwork, excavation, backfill, and gravel quantities and costs. Consultant will provide support during bidding for addressing of questions and requests for variances related to Consultant prepared drawings and specifications. General Project Management and Execution Assumptions: Subconsultants: Consultant will not hire any subconsultants for this project. Liability for Client Work: Consultant will not be liable or responsible for the work prepared by the City. Right-to-Rely: City will provide to Consultant all data in City's possession relating to Consultant's services on the project. Consultant will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. Availability of records and data are beyond the Consultant’s control. Unanticipated delays in receipt of data or need to collect additional data for validation could impact the delivery schedule or level of effort. Limit of Design Services: This scope of services ends with bidding services. Construction phase services, including preparation of issued for construction (IFC) drawings and conformed specifications are not currently included, but may be added by future addendum or contract. Opinion of Cost: In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the project, Consultant has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, Consultant makes no warranty that City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from engineer's opinions, analyses, projections, or estimates. If City wishes greater assurance as to any September 2020 Page 5 of 11 Jacobs Engineering Group Inc. element of project cost, feasibility, or schedule, City will employ an independent cost estimator, contractor, or other appropriate advisor. The City has provided and will provide certain documents including the following:  Tabulated runtime data, in Excel spreadsheet format, for the existing pump station and information about how the station is activated, including level settings.  Record drawings of the existing pump station and adjacent conveyance systems. Utility record drawings for City-owned water, sewer, and storm facilities including outfalls to the Green River in the project vicinity.  Record drawings and GIS data of City-owned storm utilities in the project vicinity, for reference.  Record drawings for the nearby (separate) drainage channel.  Preferences for facility type, location and equipment. 3. PROPOSED SCOPE OF WORK FOR ENGINEERING DESIGN AND BIDDING SERVICES Below are the identified tasks for the project. Before the start of each task or subtask of work, Jacobs will obtain written or verbal notice to proceed from the City’s Project Manager prior to initiating work. Task 100 – Project Management The purpose of this task is to provide oversight and management of the work including contract administration, quality assurance, and periodic communication with the City for a period of up to six (6) months from notice-to-proceed (NTP). Activities: Obtain written or verbal notice to proceed from the City’s Project Manager prior to initiating work for this task. Project Plan. The Consultant will prepare a Project Plan describing the project background and purpose, project scope, schedule, budget, list of relevant design standards, project-specific QA/QC plan, and project communication and administrative protocols. Kickoff Meeting. The kickoff meeting will include a review of the data provided and to be provided by the City, discussion of the existing Washington Avenue South Pump Station operating parameters and goals for the relocated/replaced facility. Consultant will plan to have two staff members participate in the meeting with a site visit following the meeting. Due to the ongoing COVID-19 conditions, the kickoff meeting is planned to be a virtual meeting. Any necessary site visits by Consultant, when possible, will need to follow the current State, City, and Consultant company guidelines at the time. Project Administration. The following activities are included for a project duration of up to nine months:  The Consultant will manage the project according to the Scope, Schedule, and Budget September 2020 Page 6 of 11 Jacobs Engineering Group Inc. as defined herein and as contracted. The Consultant will monitor the schedule and prepare updates monthly, as necessary. The project schedule will identify significant tasks and anticipated durations, significant milestones, City review and comment resolution periods. The Consultant will prepare a monthly progress report to accompany each monthly invoice. Progress reports will include a narrative of work completed and budget adherence. Project Communication. The Consultant will maintain regular communication with the City’s Project Manager to discuss and review information and issues that may affect the progress of the work. Communication may include phone conversations, scheduled meetings, and electronic communication. Deliverables: The following Deliverables are included in this Task: Project schedule identifying significant tasks and anticipated durations, significant milestones, and periods for City review and commenting and Consultant comment resolution. Monthly progress report and invoices. Periodic communications documentation as requested. Task 200 – 30% Pump Station Design The purpose of this task is to provide assistance with design drawings, specifications/contract documents and opinion of probable construction costs (OPCC) for disciplines including civil, mechanical, architectural, structural, and electrical for the main components of the pump station and shelters. Quality Control. The Consultant will implement quality assurance procedures so that project deliverables are subjected to in-house reviews prior to submittal to the City. These reviews will focus on checking the major elements with respect to adequacy of response to the specific study challenges, conformance to accepted design practices, compliance with the City’s standards and that the work is of professional quality meeting the customary standard of care. Activities: Obtain written or verbal notice to proceed from the City’s Project Manager prior to initiating work for each subtask. 30 Percent Design Drawings. The purpose of this subtask is to provide 30 percent design drawings focused on the approximate size and main components of the proposed relocated pump station facilities, which are assumed to be primarily based on the GRNRA South Stormwater Pump Station design previously prepared by Consultant. Design drawings anticipated to be included in the conceptual level package include the site plan, pump and wet well plan and profile, gravity conveyance to the relocated pump station, September 2020 Page 7 of 11 Jacobs Engineering Group Inc. force main to the outfall, and an electrical one-line diagram. Consultant will provide a plan and profile of the new 15 CFS pumps and wet well, elevations of shelters over equipment and electrical one-line diagram. City will provide remaining drawings. 30 Percent OPCC. An OPCC will first be provided at the 30% design review stage, and further refined at future design iterations. Consultant will provide quantity take-offs and costs associated with the Consultant designed components of the project. Meeting. The City and Consultant will participate in a 30% design review meeting to discuss the City’s review comments and work planned for next stage of design. Due to the ongoing COVID-19 conditions, the meeting is currently planned to be virtual. Deliverables:  30% design drawings, electronic (AutoCAD and PDF) version.  Electronic copies of Consultant-prepared portions of 30% quantities and cost estimates for Consultant-developed plan sheets. Task 300 – 60% Pump Station Design The purpose of this Task is to provide 60 percent design drawings, specifications/contract documents and OPCC. Activities: Obtain written or verbal notice to proceed from the City’s Project Manager prior to initiating work for each subtask. 60 Percent Drawings. The 60% level design drawings are anticipated to include the following (including identification of responsibility for preparation):  Overall project cover sheet (City)  Sheet index (City)  General notes, abbreviations, and legend (City)  Survey and datum information for existing site (City)  Temporary erosion and sediment controls (TESC) plan and details (City)  Manhole including new 6 CFS pump with details (City)  Wet well plan and profile (Consultant)  Pumping system layout (Consultant)  Gravity and overflow storm pipes, manholes, and catch basins in plan and profile (City)  Force main plan and profile (City)  Structural cover sheet with abbreviations and legend (City prepared from Consultant markups)  Structural special inspections (City prepared from Consultant markups)  Concrete slabs and foundations (City prepared from Consultant markups) September 2020 Page 8 of 11 Jacobs Engineering Group Inc. Up to 12 additional combined architectural and structural drawing sheets for the two shelters. Residential setting utility building architectural design for the CMU pump enclosure and electrical equipment / generator enclosure will be provided; specialized architectural features will not be incorporated. Enclosures will not require fans, heaters or other HVAC equipment. Drawings with the models of the building will be prepared by Consultant, other drawings will be prepared by City based on markups by Consultant. Design will be primarily based on GRNRA South Stormwater Pump Station design. Electrical cover sheet with abbreviations and legend (City prepared from Consultant markups) Electrical schedules including lighting, conduit and cable (City prepared from Consultant markups) Electrical site plan, with power and grounding (City prepared from Consultant markups) Electrical plans and section views – pump station; motor control center, and main control panel; standby generator set; lighting (City prepared from Consultant markups) Electrical one-line diagram (City prepared from Consultant markups) Electrical details and Instrumentation diagrams (City prepared from Consultant markups) This scope of work assumes approximately 40 total drawings sheets will be necessary (not including drawings for the I&C or optional future landscaping/irrigation), although not all of these are necessarily expected to be provided at the 60% design stage. Disciplines involved at the 60% design stage will include civil, mechanical, architectural, structural, and electrical. Electrical design will be prepared in accordance with current NEC and Washington State energy codes. Structural design will be prepared in accordance with the current IBC. Additional details and/or drawing sheets may be added as needed between the 60%, 90% and final design stages. 60 Percent Specifications/OPCC. Technical specifications and contract documents in the City’s standard format, Kent Special Provisions (KSPs), will be provided by the City and modified by the Consultant as necessary to address project specifics. The City will lead the KSPs, focusing on the front-end (including all bid items and quantities) and technical sections for portions of the project being designed by the City. The Consultant will prepare input to the KSP technical specifications for the pumps, motors, wet well, flow meter vault and associated components. The Consultant will also prepare technical specifications for disciplines including architectural, structural, and electrical in CSI format, to be included as an appendix to the KSPs (similar to the format of the GRNRA South Stormwater Pump Station project). City will hire Systems Interface separately to provide CSI specifications for I&C portions of the project. Consultant will coordinate with Systems Interface for integration of the I&C sections in the CSI package. It is assumed that the same sections provided by Systems Interface for the GRNRA South Stormwater Pump Station will be provided for this project. September 2020 Page 9 of 11 Jacobs Engineering Group Inc. Consultant will provide updated quantity take-offs and costs associated with the Consultant designed components of the project. Meetings. The City and Consultant will meet for a virtual 60% design review meeting (as needed) to discuss the City’s review comments. Deliverables:  60% design drawings, electronic (AutoCAD and PDF) version.  60% technical specifications, electronic (Microsoft Word) version of updates to KSPs and PDFs of CSI specifications.  Electronic copies of Consultant-prepared portions of 60% quantities and cost estimates for Consultant-developed plan sheets. Task 400 – 90% Pump Station Design The purpose of this Task is to provide 90 percent design drawings and specifications/contract documents. Activities: Obtain written or verbal notice to proceed from the City’s Project Manager prior to initiating work for each subtask. 90 Percent Drawings/Specifications/OPCC. The items identified in the 60% stage will be further progressed and refined to the 90% design level. At the 90 percent design stage, a structural calculation package will be provided for the structural design of the shelters, for building department review by the City. The calculation package will be based on the submittal for the shelters designed for the GRNRA South Stormwater Pump Station and updated as needed for this project. Meetings. The City and Consultant will meet for a virtual 90% design review meeting (as needed) to discuss the City’s review comments. Deliverables:  90% design drawings, electronic (PDF) version.  90% technical specifications, electronic (Microsoft Word) version for KSP input and PDF version of CSI specifications.  Electronic copies of Consultant-prepared portions of 90% quantities and cost estimates for Consultant-Developed plan sheets. Task 500 – Final Pump Station Design The purpose of this Task is to provide final design drawings and specifications/contract documents. Activities: September 2020 Page 10 of 11 Jacobs Engineering Group Inc. Obtain written or verbal notice to proceed from the City’s Project Manager prior to initiating work for each subtask. Final Drawings/Specifications/OPCC. The items identified in the 30%, 60% and 90% design stage will be progressed to the final design level. It is assumed that changes to drawings after the 90% submittal will be made through Consultant submittal of PDF markups to the City for incorporation and review by Consultant. Deliverables:  Final design drawings, electronic (PDF) version (all signed and stamped).  Final technical specifications, electronic (Microsoft Word) version of input to KSPs and PDF version of CSI specifications (signed and stamped).  Electronic copies of Consultant-prepared portions of final quantities and cost estimates for Consultant-developed plan sheets. Task 600 – Bidding Services The purpose of this task is to provide consulting services during the bidding phase to address prospective bidder’s questions. Activities: Obtain written or verbal notice to proceed from the City’s Project Manager prior to initiating work for this task. It is assumed that the City will take lead in the bidding administration. Consultant will respond to questions from prospective bidders, as directed by City, in the form of written addenda as needed. Efforts will include research and resolution of issues needing clarification or modification to the Issued for Bid documents, up to twenty-four (24) hours. Deliverables:  Written addenda in electronic format, for formal issue by City. 4. PROPOSED KEY CONSULTANT STAFF The following key staff members of the Consultant have been identified for this project:  Project Manager: Erik Brodahl  QA/QC: Paul Tissell  Lead Civil/Mechanical Engineer: David Buck  Senior Structural Engineer: Greg Trisko  Senior Electrical Engineer: Mike Kutz  Lead Architect: Erin Gray 5. PROPOSED SCHEDULE September 2020 Page 11 of 11 Jacobs Engineering Group Inc. Schedule to be determined by City, with review and input from Consultant for provided Consultant services. For time-based level of effort, such as overall project management and coordination, a six (6) month schedule from NTP has been assumed, including bidding services. It is assumed that the City will provide review comments within one week (7 calendar days) after each submittal by the Consultant. Approximate development times in calendar days following individual notices to proceed are provided below.  30% pump station, shelter, and electrical drawings and Consultant element cost estimate: 28 days  60% pump station/shelter/electrical drawings with specifications and Consultant element cost estimate: 38 days  90% pump station/shelter/electrical drawings with specifications and Consultant element cost estimate: 38 days  Final pump station/shelter/electrical drawings with specifications and Consultant element cost estimate: 25 days END OF SCOPE OF WORK m IN I I Hill ®5 S J 0 EXHIBIT B INSURANCE REQUIREMENTS FORCONSULTANT 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 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Consultant’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3.Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4.Professional Liability insurance appropriate to the Consultant’s profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2.Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $3,000,000 per claim and $3,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant’s insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant’s insurance and shall not contribute with it. 2. The Consultant’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The Consultant’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. 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-MAIL ADDRESS: 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 ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR 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 3,000,000 Los Angeles, CA 90071 1,000,000 22667 1-212-948-1306 3,000,000 X CIRTS_Support@jacobs.com Marsh Risk & Insurance Services ACE AMER INS CO 07/01/21 09/15/2020 EON G21655065 011 220 Fourth Avenue South 500,000 DEFENSE INCLUDED 1-212-948-1306 AGGREGATE PER CLAIM/PER AGG A 633 W. Fifth Street 07/01/20 A 07/01/2107/01/20 07/01/21 X NOT EXCEED OR BROADEN IN ANY WAY THE TERMS, CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* provision in favor of the holder. *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL excess and non-contributory. General Liability coverage includes the severability of interests/Cross Suits Liability services to cert holder under contract for captioned work. Coverage is primary and certificate holder's insurance is for general liability & auto liability as respects the negligence of the insured in the performance of insured's Replacement Project. CONTRACT END DATE: 12/31/2021. SECTOR: Public. City of Kent is added as an additional insured 3,000,000 PROJECT MGR: Erik Brodahl. CONTRACT MGR: Pauline Kellum. RE: Washington Avenue South Stormwater Pump Station 07/01/20 LIC #0437153 3,000,000 Kent, WA 98032 3,000,000 "CLAIMS MADE" PROFESSIONAL LIABILITY X 07/01/21 1,000,000 CONTRACTUAL LIABILITY 07/01/20 WLR C67460303 STOP-GAP COV. Los Angeles, CA 90017 60202349 60202349 ISA H25307306 1,000,000 X USA A A nyumdo_newgalexy N 5,000 X Jacobs Engineering Group Inc. City of Kent 1000 Wilshire Blvd., Suite 2100 C/O Global Risk Management HDO G71452694 X 1,000,000 CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Insured Jacobs Engineering Group Inc. Endorsement Number 5 Policy Symbol Policy Number Policy Period Effective Date of Endorsement HDO G71452694 07/01/2020 TO 07/01/2021 Issued By (Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Subject to and eroding the General Aggregate Limit shown in the Declarations, for all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing operations at such construction projects are hereinafter defined as "Your Projects"): 1. A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit is equal to the amount required under written contract, but in no event greater than the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under COVERAGE C, which damages and medical expenses can be attributed only to Your Projects, regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can be attributed to Your Projects shall reduce the Construction Project General Aggregate Limit and shall also reduce and erode the General Aggregate Limit shown in the Declarations. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, such limits will be subject to the Construction Project General Aggregate Limit, as well as the General Aggregate Limit shown in the Declarations. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I ), and for all medical expenses caused by accidents under COVERAGE C (SECTION I ), which cannot be attributed only to Your Projects: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce the Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. MS-22357 (07/17) ©Chubb. 2016. All rights reserved. Page 1 of 2 CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT D. If any one or more of Your Projects has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. MS-22357 (07/17) ©Chubb. 2016. All rights reserved. Page 2 of 2 ADDITIONAL INSURED - AUTOMATIC STATUS Named Insured Jacobs Engineering Group Inc. Endorsement Number 270 Policy Symbol Policy Number Policy Period Effective Date of Endorsement HDO G71452694 07/01/2020 TO 07/01/2021 Issued By (Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHFDl1LF Name of Person or Organization: Any person or organization for whom any Named Insured is required by written contract or agreement entered into prior to the loss to provide insurance, where such written contract or agreement does not expressly identify a particular Insurance Service Organization Form to be applied to their additional insured status. Who Is An Insured (Section II) includes as an additional insured the person or organization shown in the Schedule, but the insurance shall not exceed the scope of coverage and/or limits of this policy. Notwithstanding the foregoing sentence, in no event shall the insurance provided such additional insured exceed the scope of the coverage and/or limits required by said contract or agreement; and, if such additional insured's scope of coverage is not expressly stated in such contract or agreement, then such coverage is limited to the additional insured's vicarious liability to the extent directly caused by the Named Insured's negligence during the Named Insureds ongoing operations. This insurance shall be primary insurance to the extent required by said contract or agreement, and any other insurance or self-insurance maintained by such person or organization shall be noncontributory with the insurance provided hereunder to the extent specified in said contract agreement. Where the contract or agreement provides that the additional insured's scope of coverage is for the Named Insured's indemnity obligations under such contract or agreement, then such coverage shall be limited to the extent such indemnity obligations are enforceable under applicable law. Notwithstanding the foregoing sentence, in no event shall the insurance provided such additional insured exceed the scope of coverage required by said contract or agreement. Notwithstanding anything to the contrary, the coverage provided an additional insured under this endorsement shall be limited to the minimum coverage limits required to be provided by the Named Insured under the written contract or agreement. MS-32057 (07/19) ©Chubb. 2016. All rights reserved. Page 1 of 1 ADDITIONAL INSURED - DESIGNATED PERSONS OR ORGANIZATIONS Named Insured .Jacobs Engineering Group Inc. Endorsement Number 165 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA H25307306 07/01/2020 To 07/01/2021 Issued By (Name of Insurance Company) ACE American Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM Additional Insured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. -Project and/or Contract: All projects and/or contracts where you perform work for such additional insured pursuant to any such written contract. A. For a covered "auto," Who Is Insured is amended to include as an "insured," the persons or organizations named in this endorsement. However, these persons or organizations are an "insured" only for "bodily injury" or "property damage" resulting from acts or omissions of: 1. You. 2. Any of your "employees" or agents. 3. Any person operating a covered "auto" with permission from you, any of your "employees" or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. C. With respect to the insurance afforded to these additional insureds, the following applies: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. If such additional insured's scope of coverage is not expressly stated in a contract or agreement, then such coverage is limited to the additional insured's vicarious liability to the extent directly caused by the Named Insured's negligence during the Named Insureds ongoing operations. This insurance shall be primary insurance to the extent required by said contract or agreement, and any other insurance or self-insurance maintained by such person or organization shall be noncontributory with the insurance provided hereunder to the extent specified in said contract agreement. Where the contract or agreement provides that the additional insured's scope of coverage is for the named insured's indemnity obligations under such contract or agreement, then such coverage shall be limited to the extent such indemnity obligations are enforceable under applicable law. MS-60621 (07/18) ©Chubb. 2016. All rights reserved. Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE — EMAIL ONLY Named Insured Jacobs Engineering Group Inc. Endorsement Number 15 Policy Symbol Policy Number Policy Period Effective Date of Endorsement HDO G71452694 07/01/2020 To 07/01/2021 Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685 (01/11) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685 (01/11) Page 2 of 2 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE — EMAIL ONLY Named Insured Jacobs Engineering Group Inc. Endorsement Number 3 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA H25307306 07/01/2020 To 07/01/2021 Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel the Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the e-mail address of such persons or organizations, and we will utilize such e-mail address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. The Schedule must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send such notice to the e-mail address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. ALL-32685 (01/11) Page 1 of 2 All other terms and conditions of the Policy remain unchanged. Authorized Representative ALL-32685 (01/11) Page 2 of 2 JACOBS ENGINEERING GROUP INC. 1000 WILSHIRE BOULEVARD, SUITE 1000 LOS ANGELES CA 90017 WLR C67460303 07-01-2020 07-01-2021 07-01-2020 ACE AMERICAN INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured Jacobs Engineering Group Inc. Endorsement Number Policy Symbol EON Policy Number G21655065 0 Policy Period 07/01/20 to 07/01/20 Effective Date of Endorsement 07/01/20 Issued By (Name of Insurance Company) ACE American Insurance Company NOTICE TO OTHERS ENDORSEMENT – SCHEDULE . If We cancel or non-renew the Policy prior to its expiration date by notice to You for any reason other than nonpayment of premium, We will endeavor, as set out below, to send written notice of cancellation or non-renewal via such electronic or other form of notification as We determine, to the persons or organizations listed in the schedule that You or Your representative provide or have provided to Us (the Schedule). You or Your representative must provide Us with both the physical and e-mail address of such persons or organizations, and We will utilize such e-mail address and/or physical address that You or Your representative provided to Us on such Schedule. . The Schedule must be initially provided to Us within 30 days after: i. The beginning of the Policy Period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy Period commences. . The Schedule must be in a format that is acceptable to Us and must be accurate. .Our delivery of the notification as described in Paragraph A of this endorsement will be based on the most recent Schedule in Our records as of the date the notice of cancellation or non-renewal is mailed or delivered to You. .We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation or non-renewal date applicable to the Policy. . The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation or non- renewal of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation or non-renewal to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon Us,Our agents or representatives, will not extend any Policy cancellation or non-renewal date and will not negate any cancellation or non-renewal of the Policy. .We are not responsible for verifying any information provided to Us in any Schedule, nor are We responsible for any incorrect information that You or Your representative provide to Us. If You or Your representative does not provide Us with a Schedule,We have no responsibility for taking any action under this endorsement. In addition, if neither You nor Your representative provides Us with e-mail address and/or physical address information with respect to a particular person or organization, then We shall have no responsibility for taking action with regard to such person or entity under this endorsement. . With respect to this endorsement Our,Us or We means the stock insurance company listed in the Declarations, and You or Your means the insured person or entity listed in Item 1 of the Declarations page. All other terms and conditions of this Policy remain unchanged. MS-36362 (04/19) Authorized Representative SUPP (10/00) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE NAME OF INSURED: Jacobs Engineering Group Inc. 09/15/2020