Loading...
HomeMy WebLinkAboutCAG2024-138 - Original - Macleod-Reckord PLLC - North Meridian Park Conceptual Design - 03/18/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: "27 Agreement Routing Form Dir Asst: RL RL, • For Approvals,Signatures and Records Management Dir/Dep: eL BL KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: KateLynn Jennings for Dana Wilk Parks, Recreation&Community Services _ Date Sent: Date Required: > 3/6/2024 3/20/2024 O Q Authorized to Sign: Date of Council Approval: Q Mayor or Designee 3/5/2024 Budget Account Number: Grant? Yes NOW] P21037.64190.530 Budget? Yes E]No Type: N/A Vendor Name: Category: Macleod-Reckord PLLC Contract Vendor Number: Sub-Category: 886584 Original O Project Name: North Meridian Park Conceptual Design 3- Project Details: Consultant shall provide design services for North Meridian Park O C C O Basis for Selection of Contractor: AgreementAmount $� '�20,$09 Other E *Memo to Mayor must be attached i Start Date: Mar 2024 Termination Date: 3/31/2025 Q Local Business? Yes Who*If meets requirements per KCC3.70.100,please complete"VendorPurchose-Locol Exceptions"form onCityspace. Business License Verification: W]Yes In-ProcessDExempt(KCC 5.01.045) W1 Authorized Signer Verified Notice required prior to disclosure? Contract Numb E]YesW1No CAG2024- 138 Comments: H O i 3 f0 a1 C C a1 Vf O 3 0 cc a, a, cc Date Received:City Attorney: 3/11/24 (Date Routed:Mayor's Office 03/15/24 City Clerk's Office 3/18/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 8.F • 40 KENT WAS 1­1I N GTO N DATE: March 5, 2024 TO: Kent City Council SUBJECT: Agreemment with MacLeod Reckord, PLLC. for North Meridian Park Conceptual Plan - Authorize MOTION: I move to authorize the Mayor to sign a Consultant Services Agreement with MacLeod Reckord, PLLC. subject to final terms acceptable to the Parks Director and City Attorney. SUMMARY: In November of 2023, MacLeod Reckord, PLLC was selected through a competitive Request For Qualifications process for planning and design work related to redevelopment of North Meridian Park. With approval of this contract, the project will proceed into planning and community engagement in late Spring of 2024 with pop-up events, open house meetings, and robust online engagement through EngageKentParks.com. The conceptual planning process will provide opportunity to explore potential partnership opportunities with the Kent School District and King County prior to returning to Council for consideration of contracts for the preliminary design, final design, and construction phases. BUDGET IMPACT: $120,809 paid out of the North Meridian Park Redevelopment Project in the amount of from the Parks Capital Budget. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Evolvina Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Packet Pg. 35 8.F Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. Consultant Services Agreement with Macleod-Record, PLLC (PDF) 02/20/24 Committee of the Whole MOTION PASSES RESULT: MOTION PASSES [UNANIMOUS]Next: 3/5/2024 7:00 PM MOVER: Zandria Michaud, Councilmember SECONDER: Marli Larimer, Councilmember AYES: Kaur, Boyce, Boyd, Fincher, Larimer, Michaud, Troutner Packet Pg. 36 4e�.O�. 4 KENT WAs H1—ToH CONSULTANT SERVICES AGREEMENT between the City of Kent and Macleod-Reckord, PLLC THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Macleod-Reckord, PLLC organized under the laws of the State of Washington, located and doing business at 110 Prefontaine PI. S, Ste 600, Seattle, WA 98104 (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: As described in the attached Exhibit A, incorporated herein, the consultant shall provide planning and design services for North Meridian Park. 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 March 31, 2025. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $120,809.00, for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within 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 voluntarily participates in this Program, the Consultant will be solely responsible CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) 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 costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) 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 Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. 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. 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 CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) 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. 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 - 4 (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. CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) 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. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT: By: (�rraue %ec�ee� g Print Name: Connie Reckord Print Name: Dana Ralph Its Managing Member Its Mayor DATE: March 8, 2024 DATE: 03/18/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Connie Reckord Dana Wilk Macleod-Reckord, PLLC City of Kent 110 Prefontaine Pl. SE, Ste 600 220 Fourth Avenue South Seattle, WA 98104 Kent, WA 98032 (206) 323-7919 (telephone) (253) 856-5058 (telephone) connier@macleodreckord.com (email) dwilk@kentwa.gov (email) APPROVED AS TO FORM: Kent Law Department ATTEST: HdQ' tk 444v pf Kent City Clerk [In this field,you may enter the electronic filepath where the contract has been saved] CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 statements 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 I, 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; EEO COMPLIANCE DOCUMENTS - 3 xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By:_ For: Macleod-Reckord, PLLC Title: Managing Member Date: March 8, 2024 EEO COMPLIANCE DOCUMENTS - 4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator, and perform 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 - 5 Exhibit A MacLeod Reckord PLLC Landscape Architecture ■ Planning ■ Urban Design 110 Prefontaine Place South Suite 600 Seattle, Washington 98104 P 206-323-7919 Scope of Work February 07, 2024 City of Kent North Meridian Park Conceptual Plan PROJECT DESCRIPTION Purpose and Scope The City of Kent (City) seeks to redevelop the existing North Meridian Park with potential expansion of improvements onto adjacent City of Kent School District (KSD) property and King County (KC) property. North Meridian Park (NMP) is approximately 35 acres, School District recreational property is approximately 6 acres, and King County property is approximately 40 acres. NMP has two baseball fields with fencing, bleachers, dugouts, and outfield fences. The ballfield on the south includes a cricket pitch. The undeveloped, natural area has unmarked social trails and is approximately 29 acres, home to well-established trees and native species. Surrounding development is principally single family residential, with the school property and associated track, football field, and practice field located to the south. The program and final conceptual design for a redeveloped NMP and potentially surrounding properties will be reevaluated through a robust analysis, design, and public engagement process. The scope of work includes: project management, public outreach, site inventory and analysis of on-site conditions and influences from adjacent properties, programming, conceptual alternatives and a preferred design alternative that will guide future final design and construction. Project Area The Project Area is as defined by the limits shown on the attached Exhibit A. The Study Area is as defined by the limits shown on the attached Exhibit A-1. Planning and analysis efforts may extend beyond the Project Area to inform recommendations on programming but no formal planning studies will be presented for those areas outside the Project Area. OUTLINE OF SCOPE OF SERVICES Scope of work shall consist of the following: I. Redevelopment Planning and Design Services Task 1 Project Management 2 Public Outreach 3 Site Inventory and Analysis 4 Programming 5 Conceptual Alternatives 6 Preferred Conceptual Plan North Meridian Park Redevelopment Project Page 1 of 9 II. Preliminary and Final Design (NIC) Task 7 Project Management (Prelim and Final Design) 8 Expanded Public Outreach 9 Survey and Mapping 10 Geotechnical Evaluation and Engineering 11 Environmental Evaluation and Reporting 12 Permit Application Support Services 13 30% Schematic Design 14 60% Design Development and Draft Technical Reports 15 90% Construction Documents and Final Technical Reports 16 100% Bid Documents III. Construction Administrative Support (NIC) 17 Bidding and Award 18 Preconstruction and Regular Construction Meetings and Reporting 19 Submittals, RFI's, ASI's, Change Orders, Pay Request Review 20 Preliminary and Final Punch List 21 As Built Plans ROLES AND RESPONSIBILITIES City— Provide background information and data as available; review and comment on documentation presented; distribute draft and final documentation as necessary for comprehensive City review and approval; coordinate with Kent School District and King County to facilitate review and collaborative exchange during design process; provide support and venue for public meetings. Consultant— Provide planning and design services and contract with qualified subconsultants as identified below. Roles and responsibilities are as follows: MacLeod Reckord (MR) — Project management, agency coordination, public outreach, site inventory and analysis, programming, conceptual and final planning and design, overall documentation coordination, cost opinion, project oversight, and QA/QC. KPFF Consulting Engineers — Civil and structural engineering, stormwater management, frontage improvements, prefabricated structures /vendor coordination, and cost opinion. DA Hogan &Associates — Sports field programming and design, synthetic and turf fields, documentation and cost opinion. Houck Design — Disc golf course planning and design, documentation, and cost opinion. Stantec — Sports field lighting, electrical engineering, documentation, and cost opinion. Herrera Environmental Consultants — Environmental analysis and reporting, permit application support, and documentation and reporting. HWA GeoSciences —Geotechnical evaluation and engineering, reporting and recommendations. PACE Engineers — Survey and mapping, documentation, and reporting as required. GENERAL PROJECT ASSUMPTIONS 1. Meetings and deliverables have been included in the Scope as outlined herein. 2. The City is responsible for advertising / notification and providing the venue for review meetings and public meetings/open houses. 3. City to maintain website and post materials provided by Consultant. North Meridian Park Redevelopment Project Page 2 of 9 4. Review comments from various City Departments / reviewers and from Kent School District (if provided) will be consolidated by the City into a single review document set for each cycle of review. Design team will provide a consolidated response to each set of comments. 5. LEEDTM Process is not included at this time, however sustainable building practices will be incorporated into site design as program and budget allow. DOCUMENTS AND DATA PROVIDED BY CITY (and / or KSD, KCDNR as appropriate) 1. Any available topographic/ boundary survey, known easements / ROW, utility plans, trail mapping, and other site information compiled by City or KSD shall be provided by the City/ KSD / KC. 2. Access to City GIS mapping (layers as agreed) 3. City Road / Street Frontage and Construction Design Standards 4. Current City Plans and Codes if not available online; in particular City's Parks and Open Space Plan 5. Major development/ redevelopment plans (including utilities and roadways)for the immediate vicinity 6. Program requirements for outdoor athletic facilities as provided by Kent School District 7. Placer Al data to inform demographic information. 8. Recent geotechnical and /or stormwater information as available for projects in the immediate vicinity DESIGN STANDARDS/CRITERIA 1. Electronic drawing format ACAD current version, Civil 3D current version, Adobe Acrobat PDF, or as mutually agreed. 2. WADOE, 2019 Stormwater Management Manual for Western Washington. SCHEDULE The scope of work is premised on a Notice-to-Proceed date of approximately February 2023. Project completion October 2024, or as revised through an updated, approved schedule. WORK PLAN TASK 1: PROJECT MANAGEMENT 1.1 Project Coordination: Coordinate with the City to ensure work products are exchanged in a timely manner, that work is completed on schedule, and meets the City's requirements. Coordinate with team members to discuss and distribute project data, ensure timely product delivery, and respond to requests for information. 1.2 City Staff and Project Partner Coordination Meetings: Meet with City and their assigns (may include but not be limited to multiple City departments, boards, and council; Kent School District; King County) to discuss and/or present project issues, schedule, progress, and general coordination of effort. Meetings on a twice-monthly basis. 1.3 Team Coordination Meetings: Meet with project team members on a periodic basis, virtually and only in person at MR office as collaborative design efforts dictate. 1.4 Document Management: Provide for the management of drawings and documents received and generated over the course of the project, including review, distribution, filing, and storage. 1.5 Project Schedule: Provide a detailed schedule (1 draft, 1 final) for the Consultant work elements, integrating project deliverables and milestones with schedules identified by the City. North Meridian Park Redevelopment Project Page 3 of 9 1.6 Subconsultant Contracting and Management: Coordinate scope definition and contracting with subconsultants. Prepare and execute subcontracts. Provide ongoing overview of progress, review of invoices, and overall coordination amongst subconsultants involved in the project. 1.7 Quality Assurance/Quality Control: Conduct a quality assurance check of all deliverables prior to submittal to the City. 1.8 Invoicing: Prepare and submit regular invoicing and monthly progress reports within 45 days of work completed. Assumptions: • City Staff and Project Partner Coordination Meetings will be held remotely, with an allowance for approximately 25% to be held in person at City offices and will include team members as appropriate. Deliverables: • Contract Documents including subcontracts • Project schedule • Monthly Invoicing and Progress Reports • Regular communication, agenda for City Staff Coordination Meetings and meeting notes. Meetings: • (16) City Staff Coordination Meetings • (6) Coordination Meetings with Project Partners TASK 2: PUBLIC OUTREACH 2.1 Public Opinion Survey: Prepare (2) draft and final public opinion surveys formatted for the Engage Kent Parks platform. City to inform community of Engage Kent Parks survey link and response window. Survey to be open to public at approximately the same time as the first and second public meeting. 2.2 Stakeholder Meetings: Prepare for, present at, and record comment/ input from (4) stakeholder meetings. a) Details about how stakeholders are determined; who and how many b) Details about their contribution (advisory, decision making, etc) c) Details about sequence of consultation relative to City staff and leadership meetings and public meetings. 2.3 Public Outreach Meetings: Prepare for, present at, and record comment/ input from (2) public meetings. a) Public Meeting #1 — Present background information on site, City/ KSD / KC vision and planning document perspective for this /these site(s), list of potential program elements, and early site analysis information. Provide photo boards showing precedent imagery, bubble diagram illustratives of space requirements for selected program elements, and similar imagery to impart information and elicit conversation about preferences and concerns from the public. Provide all deliverables to City to upload into Engage Kent Parks project page to solicit input from those who cannot attend in-person event. Record input and assemble in a summary format. North Meridian Park Redevelopment Project Page 4 of 9 b) Public Meeting #2 — Present a range of concept alternatives based on public input from Meeting #1 and input from City. Provide plans, sections and diagrams as needed, photo boards showing precedent imagery, potential phasing and /or overlap of facilities, and other aspects of the plans that will be informative to eliciting opinion. Provide all deliverables to City to upload into Engage Kent Parks project page to solicit input from those who cannot attend in-person event. Record input and assemble in a summary format. 2.4 Community Meetings/Pop-Up Events: Consultant, in coordination with the City, will coordinate and prepare presentation material for up to 2 community meetings (tables at existing community events) or pop-up events. Consultant staff attendance not anticipated at these pop-up events. 2.5 Communication: a) Website: Consultant will provide materials in support of City's management of the Engage Kent Parks project page. b) Mailings / Distribution: by City. 2.6 Public Outreach Summary: Prepare Summary of process, input, and survey results in a technical memorandum format. Assumptions: • City to provide venue. • City responsible for managing project website in Engage Kent Parks and upload of presentation exhibits. • City responsible for administering survey in Engage Kent Parks • City responsible for distributing survey output report to Consultant for summary memo. • MR responsible for materials development and analysis of data from Engage Kent Parks. • City attendance only at pop-up events. Documents/illustrative exhibits for the pop-up events anticipated to be the same as those documents for public or stakeholder meetings. No new exhibits anticipated. Deliverables: • Illustrative materials for in-person and online outreach • General public meeting support material. • Public Outreach Summary Technical Memorandum Meetings: • (4) Stakeholder Meetings; initial group may include: NM Middle School community(parents, students, teachers), Northwest Cricket League, Disc Golf organizations, and Neighborhood councils. • (2) Public Meetings TASK 3. SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review: Review available documentation as provided by the City and through publicly available information. Meet with City, Kent School District, and King County staff to complete data gathering effort. a. Base Map: Create a preliminary planning-level base map derived from City and County GIS data. Base mapping anticipated to include: North Meridian Park Redevelopment Project Page 5 of 9 • Property boundaries / parcels • 2-foot contours from City GIS or LiDAR data • Utilities (if applicable) • Aerial imagery (if applicable) 3.2 Site Reconnaissance: Perform field visits to review conditions and determine operational/physical constraints and opportunities. Supplement mapped base with observational information. 3.3 Comprehensive Site Analysis: Consolidate information from team (see subtasks below) and identify key issues, operational/physical constraints and opportunities. Provide in graphic form site analysis for use by City staff and in Public Meeting #1. Summarize key points of analysis and recommendations in a technical memorandum. 3.4 Stormwater and Utility Analysis and Reporting: Assess and report on stormwater requirements based on regulatory requirements and site conditions JDA's, etc). Review available water and sewer utility information and report on constraints and known requirements for upgrades. Provide summary technical reports and mapping to inform Comprehensive Site Analysis drawings and narrative. 3.5 Frontage Improvement and Boundary Encroachment Analysis and Reporting: (KPFF task): Meet with City staff to discuss requirements of frontage improvements along 120`" Avenue SE within the project limit. Discuss the interest in a future extension of 1201h Avenue SE with the objective being to provide a basis to inform scoping in a subsequent phase. Document a summary of understanding in a brief technical memo format. (MR task): Review City requirements for addressing boundary encroachment on public property and identify approximate locations where encroachment may occur Provide information on base map and summarize recommended approach in a brief technical memorandum. 3.6 Critical Areas Analysis, Characterization, and Reporting: Assess, characterize, and determine approximate extents of critical areas on a reconnaissance level detail. Report on likely constraints, conditions of impact, and likely mitigation requirements for impact to critical areas. Provide a brief summary technical report and mapping to inform Comprehensive Site Analysis drawings and narrative. 3.7 Disc Golf Suitability Assessment: Review site conditions after critical areas characterization and mapping effort is complete to determine suitability of site for disc golf course development. Provide technical memorandum identifying opportunities and constraints. 3.8 Sports Field Suitability Assessment: Review site conditions to determine the range of sports field options (and overlays) that might reasonably be considered for the flatter areas of the site. Provide data (AutoCAD templates) to inform field size and clearance zones for specific sports program elements as appropriate. Provide input on subdrainage considerations relative to surfacing, overlay options, and known utility connections. Provide consultation on "test fits" and various layout options including opinions on safety, suitability, conflict avoidance, and constructability. 3.9 Code and other Regulatory Considerations: Review current City code requirements and other regulatory constraints or implication of new project development. Provide summary technical report and mapping to inform Comprehensive Site Analysis drawings and narrative. Assumptions: North Meridian Park Redevelopment Project Page 6 of 9 • City to provide available/current documentation that will help to inform site analysis, constraints, and opportunities. • City to provide utility as-builts or other information in support of Task 3.4. • No structural services are included as part of this task. • Based on preliminary paper search and finding the site has not indication of possible geologic hazard areas, erosion, landslide, steep slope, or seismic zones no documentation will be provided for geologically hazardous areas as part of the Critical Areas review. • Access to areas needed to conduct the critical areas analysis will be feasible with existing trails. Dense thickets of Himalayan blackberry or other vegetation will not prevent this access. • The technical memorandum produced for Task 3.6 will include a summary of critical areas and up to two figures showing the location of critical areas and estimated buffer widths based on estimated wetland ratings. Rating forms and figures will not be created for technical memorandum. Deliverables: • (1) Draft and (1) Final graphics and technical reports as noted herein • Illustrative materials for in-person and online outreach include site analysis, opportunities/ constraints, and aerial mapping • Consolidated technical memorandum (subconsultants provide draft to MR before final incorporated into Consolidated) • Base Map to be provided in AutoCAD v2021, NAD83, State Plane North Meetings: • Task 3.5 for KPFF and MR includes a meeting. Otherwise no meetings in addition to City Staff and Project Partner Coordination Meetings, subtask 1.2 • Internal team coordination meetings as needed— virtual. TASK 4: PROGRAMMING 4.1 Opportunities and Constraints Analysis: This analysis will be designed to identify potential needs, gaps, trends, and opportunities for potential park site uses. Utilize City- developed demographic analysis of the neighborhood /community. Assess/evaluate needs, gaps, trends and opportunities in the community leveraging prior City studies. Identify policies and strategies relevant to planned and potential park site plan uses. 4.2 Criteria Selection: Utilizing the City's long range plan as a starting point develop evaluation criteria based on City, Project Partner and Stakeholder input. Potential criteria for the evaluation will be developed through consideration of several sources, including the opportunities and constraints analysis. Potential criteria topics include: a. Planning goals b. Equity C. Outreach results d. Site feasibility Refine criteria through a work session with City staff. 4.3 Evaluate Options: Based on the selected criteria, identify the potential range of uses able to meet the needs of neighborhood / community residents, and City residents overall. This potential range of program elements will be the information presented to the public in Public Meeting #1. North Meridian Park Redevelopment Project Page 7 of 9 4.4 Draft Program Statement: With City and public input, resolve final program for Conceptual Alternatives development. 4.5 Final Program Statement: Finalize program for site development. This program statement will be the basis for developing the Preferred Conceptual Plan. Assumptions: • City to provide available/current planning documents that will help to inform park uses. • MR to include other documentation that will inform trends and opportunities for City consideration in developing program. • DA Hogan to collaborate on sports program language. Deliverables: • Opportunities/Constraints Analysis narrative/graphic • Evaluation Criteria • Draft and Final Program Statement Meetings: • No meetings in addition to City Staff and Project Partner Meetings, subtask 1.2 TASK 5. CONCEPTUAL ALTERNATIVES 5.1 Conceptual Alternative Development: Develop and illustrate up to three (3) draft concept alternatives incorporating information and recommendations from public outreach, analysis, and programming efforts. Collaborate with City and Project Partners as these are being developed. Provide in graphic form for review by City staff. Utilize precedent photographic imagery as appropriate. Summarize key differences in concepts in a memorandum or matrix form. 5.2 Final Conceptual Alternative Plans: Revise and finalize graphics, memorandum or matrix based on input from City Staff. These final graphics and memorandum are intended for presentation in Public Outreach Meeting #2. 5.3 Planning Level Cost Opinions: Develop planning level cost opinions for each of three (3) conceptual alternatives. Purpose is primarily for a rough order of magnitude cost comparison between conceptual alternatives. 5.4 Review Meetings: Attend one (1) City meeting during this process for review/comment of plans, memorandum or matrix, and cost opinion. Provide summary response to comments. Other meetings to present draft and final documents are assumed to be incorporated into City Staff Coordination meetings identified under Task 1.2. Assumptions: • DA Hogan to provide consultation on appropriate dimensioning, safety for sports fields. Deliverables: • (1) Draft and(1) Final graphics and memorandum/matrix and cost opinion • Illustrative materials for in-person and online outreach include conceptual alternatives plans and memorandum/matrix Meetings: • One (1) meeting in addition to City Staff Coordination Meetings, subtask 1.2 North Meridian Park Redevelopment Project Page 8 of 9 • Internal team coordination meetings as needed—in person for design collaboration and virtual. TASK 6. PREFERRED CONCEPTUAL PLAN 6.1 Preferred Conceptual Plan: Develop and illustrate one (1) draft preferred conceptual plan incorporating City, Project Partners, stakeholder, and public comments on conceptual alternatives plans. Collaborate with City and Project Partners as this preferred plan is being developed. Provide in graphic form for review by City staff. Utilize precedent photographic imagery as appropriate. 6.2 Final Preferred Conceptual Plan: Revise and finalize graphics, sections, sketches, perspective rendering, and photo imagery based on input from City Staff. These final graphics will be in a format for the City to post online however no public outreach meeting is anticipated at this time. 6.3 Planning Level Cost Opinion: Develop planning level cost opinion with recommendations for phasing for preferred conceptual plan. 6.4 Review Meetings: Attend one (1) City meeting during this process for review/comment of plans and cost opinion. Other meetings to present draft and final documents are assumed to be incorporated into City Staff Coordination meetings identified under Task 1.2. Deliverables: • (1) Draft and (1) Final graphics and cost opinion • Illustrative materials will be in a format for the City to post online • (1) Perspective rendering of preferred plan Meetings: • One (1) meeting in addition to City Staff Coordination Meetings, subtask 1.2 • Internal team coordination meetings as needed—in person for design collaboration and virtual. North Meridian Park Redevelopment Project Page 9 of 9 c » ? ? \ \ 7 q % ¥ a a R w e w _ a (7) 2 \ \ g 2 2 2 E & ? 2 k / / / ® \ ® ¢ ® K m _ w \ \ G Q o o a aCY) 0) CY) _ I _ m 7 , \ 0 \ \ k Cl) / / k / 2 ® 2 2 % _ ; # m \ / / / ) & 0 , / O O 0j c - o 0 a ¥ ¥ m G E E S S S 7 - § E / / I & -I f = _ ¥ Cl) Cl) 3 / 0 0 0 0 0 0 U % { / / / I \ \ / / / / / \ / \ / \ / / 0 2 a a It CN a = k o a a j £ 0 \ \ 7 \ / \ - \ CA m 0 2 / / ® & S ® ¢ m � o \ \ ) 0 § a m ° / f y 2 ± E k \ 0 m o § 2 Z G M E & f 2 ) % J Cl) ' » Cl) 0- Cl) ■ /66k 7 = co ( / \ [ / ) o § ■ ƒ 0 = s « E \ 2 CU J o J \ \ / ( \ E » k . _ = m = 0 = 0 \ j = g g g o 0 0 k ± g M M a CO a a a North Meridian Park Redevelopment Project Fee Derivation January 2024 MacLeod Reckord Principal Project Landscape CAD Administrative Mana er Architect Technician SUBTOTAL Task SCOPE OF WORK $210.00 $168.00 $147.00 1 $136.00 $143.00 Part I - Redevelopment Planning and Design Services 1.0 PROJECT MANAGEMENT 1.1 Project Coordination 2 4 $1,092 1.2 City Staff and Project Partner Coordination Meetings 14 27 $7,476 1.3 Team Coordination Meetings 4 8 $2,184 1.4 Document Management 8 $1,088 1.5 Project Schedule 1 2 $546 1.6 Subconsultant Contracting and Management 1 1 2 $664 1.7 Quality Assurance/Quality Control 4 $840 1.8 Invoicing 1 2 1 4 $1,118 bubtotalA 27 1 44 1 0 1 8 1 6 $15,008 2.0 PUBLIC OUTREACH 2.1 Public Opinion Survey 1 6 $1,218 2.2 Stakeholder Meetings 8 12 $3,696 2.3 Public Outreach Meetings 8 16 4 $4,940 2.4 Community Meetings/Pop-Up Events 2 8 $1,764 2.5 Communication 1 4 $882 2.6 Public Outreach Summary 2 1 $479 u tota: 20 48 0 0 1 5 $12,979 3.0 SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review 2 4 8 $2,268 3.5 Site Reconnaissance 3 6 $1,638 3.3 Comprehensive Site Analysis 2 8 12 $3,528 3.4 Stormwater and Utility Analysis and Reporting 1 1 $378 3.5 Frontage Improvement and Boundary Encroachment $2 184 Analysis and Reporting 4 8 3.6 Critical Areas Analysis,Characterization,and Reporting 1 1 $378 3.7 Disc Golf Suitability Assessment 1 1 $378 3.8 Sports Field Suitability Assessment 1 1 $378 3.9 Code and Other Regulatory Considerations 1 2 4 $1,134 Subtotal: 16 32 24 0 0 $12,264 4.0 PROGRAMMING 4.1 Opportunities and Constraints Analysis 2 6 4 $2,016 4.2 Criteria Selection 1 4 2 $1,176 1.3 Evaluate Options 1 2 $546 4.4 Draft Program Statement 1 2 $546 4.5 Final Program Statement 1 $168 Subtotal: 5 15 6 0 0 $4,452 5.0 CONCEPTUAL ALTERNATIVES 5.1 Conceptual Alternative Development 6 24 16 $7,468 5.2 Final Conceptual Alternative Plans 2 16 8 $4,196 5.3 Planning Level Cost Opinions 1 4 8 4 $2,602 5.4 Review Meetings 2 4 $1,092 Subtotal: 11 48 8 28 0 $15,358 6.0 PREFERRED CONCEPTUAL PLAN 6.1 Preferred Conceptual Plan 4 16 12 $5,160 6.2 Final Preferred Conceptual Plan 1 8 4 $2,098 6.3 Planning Level Cost Opinion 1 2 2 1 $976 6.4 Review Meetings 2 4 $1,092 Subtotal: 8 30 2 17 0 $95326 Subtotal 87 217 40 53 11 $69,387.00 Direct Expenses: $100.00 TOTAL:ll $69,487.00 Page 2 of 9 North Meridian Park Redevelopment Project Fee Derivation January 2024 edits by CR 2024-01-30 KPFF Consulting Engineers PM PE DE CADD Admin SUBTOTAL Task SCOPE OF WORK $210.00 $180.00 $125.00 $155.00 $100.00 Part I - Redevelopment Planning and Design Services 1.0 PROJECT MANAGEMENT 1.2 City Staff and Project Partner Coordination Meetings $0 1.3 Team Coordination Meetings 2 $420 1.8 Invoicing 4 $400 ubtotal: 2 0 1 0 0 4 $820 2.0 PUBLIC OUTREACH Subtotal: 0 0 1 0 1 0 1 0 $0 3.0 SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review 2 2 $610 3.5 Site Reconnaissance 4 $720 3.3 Comprehensive Site Analysis $0 3.4 Stormwater and Utility Analysis and Reporting 4 8 8 $3,280 3.5 Frontage Imp./Boundary Encroach Analysis/Reporting 5 $1,050 3.6 Critical Areas Analysis,Characterization,and Reporting $0 3.7 Disc Golf Suitability Assessment $0 3.8 Sports Field Suitability Assessment $0 3.9 Code and Other Regulatory Considerations $0 u tota: 9 14 10 0 0 $5,660 4.0 PROGRAMMING Subtotal 0 1 0 1 0 1 0 1 0 $0 5.0 CONCEPTUAL ALTERNATIVES 5.1 Conceptual Alternative Development 2 6 9 4 $3,245 5.2 Final Conceptual Alternative Plans 1 4 6 4 $2,300 5.3 Planning Level Cost Opinions 1 2 3 $945 5.4 Review Meetings 1 $180 Subtotal: 4 13 18 8 0 $6,670 6.0 PREFERRED CONCEPTUAL PLAN 6.1 Preferred Conceptual Plan $0 6.2 Final Preferred Conceptual Plan $0 6.3 Planning Level Cost Opinion $0 6.4 Review Meetings $0 Subtotal: 0 0 0 0 0 $0 Subtotal 15 27 28 8 4 $13,150.00 Direct Expenses: TOTAL: $13,150.00 Page 3 of 9 North Meridian Park Redevelopment Project Fee Derivation January 2024 edits by CR 2024-01-30 D.A. Hogan &Associates, Inc. Principal LA Tech/CADD Land. Designer SUBTOTAL Task SCOPE OF WORK $245.00 $135.00 $125.00 Part I - Redevelopment Planning and Design Services 1.0 PROJECT MANAGEMENT Subtotal 0 1 0 1 0 $0 2.0 PUBLIC OUTREACH Subtotal 0 1 0 1 0 $0 3.0 SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review 2 $490 3.5 Site Reconnaissance $0 3.3 Comprehensive Site Analysis 2 $490 3.4 Stormwater and Utility Analysis and Reporting 2 $490 3.5 Frontage Imp./Boundary Encroach Analysis/Reporting $0 3.6 Critical Areas Analysis, Characterization,and Reporting $0 3.7 Disc Golf Suitability Assessment $0 3.8 Sports Field Suitability Assessment 8 3 3 $2,740 3.9 Code and Other Regulatory Considerations $0 Subtotal: 14 3 3 $4,210 4.0 PROGRAMMING 4.1 Opportunities and Constraints Analysis 4 $980 4.2 Criteria Selection 2 $490 1.3 Evaluate Options 4 $980 4.4 Draft Program Statement 2 $490 4.5 Final Program Statement 1 $245 Subtotal: 13 0 0 $3,185 5.0 CONCEPTUAL ALTERNATIVES 5.1 Conceptual Alternative Development 4 2 2 $1,500 5.2 Final Conceptual Alternative Plans 1 1 1 $505 5.3 Planning Level Cost Opinions 3 $735 5.4 Review Meetings 3 $735 Subtotal: 11 3 3 $3,475 6.0 PREFERRED CONCEPTUAL PLAN 6.1 Preferred Conceptual Plan $0 6.2 Final Preferred Conceptual Plan $0 6.3 Planning Level Cost Opinion $0 6.4 Review Meetings $0 Subtotal: 0 0 0 $0 Subtotal 38 6 6 $10,870.00 Direct Expenses: TOTALII $10,870.00 Page 4 of 9 North Meridian Park Redevelopment Project Fee Derivation January 2024 edits by CR 2024-01-30 HouckDesign Master Designer Designer& Associate Manager Desi er SUBTOTAL Task SCOPE OF WORK $250.00 $125.00 $75.00 Part I - Redevelopment Planning and Design Services 1.0 PROJECT MANAGEMENT 1.2 City Staff and Project Partner Coordination Meetings $0 1.3 Team Coordination Meetings 2 2 2 $900 1.8 Invoicing $0 Subtotal: 2 2 2 $900 2.0 PUBLIC OUTREACH Subtotal: 0 1 0 1 0 $0 3.0 SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review $0 3.5 Site Reconnaissance 3 3 3 $1,350 3.3 Comprehensive Site Analysis 3.4 Stormwater and Utility Analysis and Reporting $0 3.5 Frontage Imp./Boundary Encroach Analysis/Reporting $0 3.6 Critical Areas Analysis, Characterization,and Reporting $0 3.7 Disc Golf Suitability Assessment 4 6 1 $1,825 3.8 Sports Field Suitability Assessment $0 3.9 Code and Other Regulatory Considerations $0 Subtotal: 7 9 4 $3,175 4.0 PROGRAMMING Subtotal: 0 1 0 1 0 $0 5.0 CONCEPTUAL ALTERNATIVES 5.1 Conceptual Alternative Development $0 5.2 Final Conceptual Alternative Plans $0 5.3 Planning Level Cost Opinions $0 5.4 Review Meetings $0 Subtotal: 0 0 0 $0 6.0 PREFERRED CONCEPTUAL PLAN Subtotal: 0 0 1 0 $0 Subtotall 9 11 1 6 $4,075.00 Direct Expenses: TOTAL: $4,075.00 Houck will be limited at this time to more analysis/suitability study than alternatives design. Page 5 of 9 North Meridian Park Redevelopment Project Fee Derivation January 2024 edits by CR 2024-01-30 Stantec Consulting Services, Inc. Electrical Project Admin 1-Project Admin 2-Project Manage Controls Su ort SUBTOTAL Task SCOPE OF WORK $230.00 $198.00 $150.00 Part I - Redevelopment Planning and Design Services 1.0 PROJECT MANAGEMENT 1.2 City Staff and Project Partner Coordination Meetings $0 1.3 Team Coordination Meetings $0 1.8 Invoicing $0 Subtotal: 0 0 0 $0 2.0 PUBLIC OUTREACH Subtotal: 0 0 0 $0 3.0 SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review $0 3.2 Site Reconnaissance $0 3.3 Comprehensive Site Analysis $0 3.4 Stormwater and Utility Analysis and Reporting $0 3.5 Fronta a Imp./Boundary Encroach Analysis/Reporting $0 3.6 Critical Areas Analysis,Characterization,and Reporting $0 3.7 Disc Golf Suitability Assessment $0 3.8 Sports Field Suitability Assessment $0 3.9 Code and Other Regulatory Considerations $0 Subtotal: 0 1 0 0 $0 4.0 PROGRAMMING Subtotal: 0 0 0 $0 5.0 CONCEPTUAL ALTERNATIVES 5.1 Conceptual Alternative Development $0 5.2 Final Conceptual Alternative Plans $0 5.3 Planning Level Cost Opinions $0 5.4 Review Meetings $0 Subtotal: 0 0 0 $0 6.0 PREFERRED CONCEPTUAL PLAN 6.1 Preferred Conceptual Plan $0 6.2 Final Preferred Conceptual Plan $0 6.3 Planning Level Cost Opinion $0 A Review Meetings $0 Subtotal: 0 0 0 11 $0 Subtotal 0 0 1 0 $0.00 Direct Expenses: TOTAL: $0.00 Page 6 of 9 \ J 0 / / / oc } co / i- o CD 2 § -w&� \ CO1-: a&� _ _ LO m � m % c e \ o o a 0 0 0 k O x w ■ ) - � ° o 2 k05 \ o2gg � CO � E [ 2 ) cD 0 \ oU) \ ~ w k � \ \ 4 � o � 0 0 < ƒ M § m N � _ \ ) LO ° ^ / } } } \ / \ f � k 2 m &/f o m � / 2 2 m \\ } ( z 76 o L �k b w $ z \\ a /o 10) PE mL � � \ ) � §y § o M I z ! 2 »o § \ { w 2w { J � I ) UGls §«§ a § 0 ) \ / Sk f j \ 2§ < / 0 7 VIL0z km ) U w .� w : m { W0 > 0ca _ ° a \ g �> w \ E ) w ° eI ` LLo o3E ® w / 3 b \ ) ) 01-00� _ k I C-i h §§ >/ )\ a / 2/ \ R / \ / / \ /.� North Meridian Park Redevelopment Project Fee Derivation January 2024 edits by CR 2024-01-30 HWA GeoSciences Inc. Geotechnical I Geotechnical Geologist III CAD Contracts EngineerVIIII En ineer III I I I Administration SUBTOTAL Task SCOPE OF WORK $315.00 1 $155.00 1 $140.00 1$155.001 $165.00 Part I - Redevelopment Planning and Design Services 1.0 PROJECT MANAGEMENT 1.2 City Staff and Project Partner Coordination Meetings $0 1.3 Team Coordination Meetings $0 1.8 Invoicing $0 ubtotal: 0 0 0 0 1 0 $0 2.0 PUBLIC OUTREACH Subtotal: 0 1 0 1 0 1 0 1 0 $0 3.0 SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review $0 3.5 Site Reconnaissance $0 3.3 Comprehensive Site Analysis $0 3.4 Stormwater and Utility Analysis and Reporting $0 3.5 Frontage Imp./Boundary Encroach Analysis/Reporting $0 3.6 Critical Areas Analysis,Characterization,and Reporting $0 3.7 Disc Golf Suitability Assessment $0 3.8 Sports Field Suitability Assessment $0 3.9 Code and Other Regulatory Considerations $0 Subtotal: 0 0 0 0 0 $0 4.0 PROGRAMMING Subtotal: 0 1 0 1 0 1 0 1 0 $0 5.0 CONCEPTUAL ALTERNATIVES Subtotal: 0 1 0 1 0 1 0 1 0 $0 6.0 PREFERRED CONCEPTUAL PLAN Subtotal: 0 0 1 0 1 0 1 0 $0 Subtotall 0 0 1 0 1 0 1 0 $0.00 Direct Expenses: TOTAL:11 $0.00 Page 8 of 9 North Meridian Park Redevelopment Project Fee Derivation January 2024 PACE Engineers GIS Tech SUBTOTAL Task SCOPE OF WORK $120.00 Part I - Redevelopment Planning and Design Services 1.0 PROJECT MANAGEMENT Subtotal: 0 1 0 1 0 $0 2.0 PUBLIC OUTREACH Subtotal: 0 0 0 $0 3.0 SITE INVENTORY AND ANALYSIS 3.1 Data/Document Review $0 Planning Level Base Map 8 $960 3.5 Site Reconnaissance $0 3.3 Comprehensive Site Analysis $0 3.4 Stormwater and Utility Analysis and Reporting $0 3.5 Frontage Imp./Boundary Encroach Analysis/Reporting $0 3.6 Critical Areas Analysis,Characterization,and Reporting $0 3.7 Disc Golf Suitability Assessment $0 3.8 Sports Field Suitability Assessment $0 3.9 Code and Other Regulatory Considerations $0 u tota: 8 $960 4.0 PROGRAMMING Subtotal: I 10 $0 5.0 CONCEPTUAL ALTERNATIVES Subtotal: I 1 0 $0 P .0 PREFERRED CONCEPTUAL PLAN Subtotal: 0 $0 Subtotal 8 $960.00 Direct Expenses: TOTAL: $960.00 Page 9 of 9 iExhibit A: NMP and Adjacent Properties •t,� Jy. - CS'• ..t•, Arr9L.• Y 'jy # ice• �' , �•r �k � .�� .'�' � ,yam •� �.;y • '}' * L.'•��• s �.- hp q r• }- I y J •ly J Y 1 L••J ` '1 '# � ,TJ { f R K lb y -416 I i ' I�* -J� �` � r ■ � '• .may Y_ L •J1 .f•. R� JY�i � _'F YF���i}, 'SDI�+ ry 4.. � -t F ,�. k T I r _ ■� { '{. ,fir• �.rr ti°� �' ���,lr 't'�.y=�• y y y J.' SP •�} 7• f 4�- Jfv �- v �•`�9Rr Ili r i, f'Y�� ' •� J� 4 % '. Ire ..�M1•_ - • - ■ r lb r • r - • L4 , F el yo �,. p♦� 'yam Jyf �� �. IF IP it zf�llvl lob - k Ph -71 vy r1r Tr_ 77,-. L I is •�, l EXHIBIT A-1 STUDY AREA Exhibit B Insurance Requirements 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: Commercial General Liability insurance shall be written on Insurance Services Office (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. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Consultant may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. Professional Liability or Errors & Omissions insurance appropriate to the Consultant's profession. Workers' Compensation coverage for the employees of Consultant and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $2,000,000 per occurrence, and $2,000,000 products- completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. Professional Liability or Errors & Omissions insurance shall be written with limits no less than $1,000,000 per occurrence, $2,000,000 general aggregate. If the Consultant maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The Consultant's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Consultant's insurance policies and shall not contribute to the Consultant's insurance policies. 2. Consultant's insurer must deliver or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Consultant's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Consultant's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Consultant must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as an 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 claims are made or suit is brought, except with respect 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. The City waives no rights, and the Consultant is not excused from performance if Consultant fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Consultant. MACLREC-01 LBERNHARDSEN ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(M/202YYY) 2/202024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Mill Creek-AAA Insurance Agency PHONE FAX 2911 1/2 Hewitt Ave (A/C,No,EXt): (877)222-4678 (A/C,No): Everett,WA 98201 ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURER A:AmGuard Insurance Company INSURED INSURER B:Everest Indemnity Ins Co Macleod Reckord PLLC INSURER C: 110 Prefontaine Place South,Suite 600 INSURERD: Seattle,WA 98104 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM DD YYYY MM DD YY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR MABP443916 9/1/2023 9/1/2024 DAMAGE TO RENTED X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ Included GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY JECOT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ ANY AUTO X X MABP443916 9/1/2023 9/1/2024 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident) ccident $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE X X MAUM444197 9/1/2023 9/1/2024 AGGREGATE $ 1,000,000 DED X RETENTION$ 10,000 $ 1,000,000 WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Errors&Omissions X BORAAEP000437231 8/30/2023 8/30/2024 Ea Claim/Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Kent is additional insured.Coverage is Primary&Non-Contributory when required by written contract.See attached applicable forms. Project: North Meridian Park CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave S Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 A6 CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: MABP443916 BUSINESSOWNERS BP 04 48 01 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM SCHEDULE Name Of Additional Insured Persons Or Or anization s : City of Kent Parks, recreation & Community Services Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph C. Who Is An In- sured in Section II— Liability: 3. Any person(s) or organization(s) shown in the Schedule is also an additional insured, but only with respect to liability for"bodily injury", "property dam- age" or"personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations or in connection with your premises owned by or rented to you. BP 04 48 01 06 © ISO Properties, Inc., 2004 Page 1 of 1 ❑ BUSINESSOWNER'S BP99 213 02 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESSOWNER'S COVERAGE FORM Paragraph K. Transfer Of Rights Of Recovery Against Others To Us in SECTION III — COMMON POLICY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have against any person(s) or organization(s) for whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we make for injury or damage arising out of your ongoing oper- ations or"your work" done under a contract with those person(s) or organization(s) and included in the "products-completed operations hazard". BP 99 213 02 17 Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. Page 1 of 1 BUSINESSOWNERS BP 14 88 07 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM The following is added to Paragraph H. Other 2. You have agreed in writing in a contract or Insurance of Section III — Common Policy agreement that this insurance would be Conditions and supersedes any provision to the primary and would not seek contribution from contrary: any other insurance available to the additional Primary And Noncontributory Insurance insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: 1. The additional insured is a Named Insured under such other insurance; and BP 14 88 07 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 1/30/24,3:12 PM MACLEOD RECKORD PLLC STATE OF WASHIAlMON Department of Labor& IFidustries Certificate of Workers' Compensation Coverage January 30, 2024 WA UBI No. 602 870 639 L&I Account ID 354,845-01 Legal Business Name MACLEOD RECKORD PLLC Doing Business As MACLEOD RECKORD PLLC Workers'Comp Premium Status: Account is in good standing. Quarterly report received and is being processed. Estimated Workers Reported Pending current quarter filing (See Description Below) Account Representative Employer Services Help Line, (360)902-4817 Licensed Contractor? No What dues "Estimated Wurkers Reparted„ mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Irtdustrlal Insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51 .1 2.050 and 51 .16.1 90). https:Hsecure.Ini.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=602870639&LIC=&VI O=&SAW=false&ACCT=35484501 1/1 Signature: Signature: Ldzj �k Tet ry Jun a (Mar 6,202410:46 PST) Ronald Lashley A(Mar 6,202 16:49 PST) Email: tjungman@kentwa.gov Email: parkscontracts@kentwa.gov Signature: H,-ia 11-,9y0 h4Lz71n Brian Levenhagen(Mar 8,2024 1 5 PST) Email: bjlevenhagen@kentwa.gov PPD-Macleod Reckord PLLC-North Meridian Park Conceptual Plan-030624 Final Audit Report 2024-03-08 Created: 2024-03-06 By: KateLynn Jennings(kjennings@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAECwP85AOvsNrgkghfG8i4ULZaXiAsopR "PPD-Macleod Reckord PLLC-North Meridian Park Conceptual Plan-030624" History Document created by KateLynn Jennings (kjennings@kentwa.gov) 2024-03-06-6:04:21 PM GMT-IP address: 146.129.252.126 Document emailed to Terry Jungman (tjungman@kentwa.gov)for signature 2024-03-06-6:06:38 PM GMT RL Email viewed by Terry Jungman (tjungman@kentwa.gov) 2024-03-06-6:46:41 PM GMT-IP address: 104.47.64.254 7a Document e-signed by Terry Jungman (tjungman@kentwa.gov) Signature Date:2024-03-06-6:46:57 PM GMT-Time Source:server-IP address: 146.129.252.126 Document emailed to parkscontracts@kentwa.gov for signature 2024-03-06-6:46:59 PM GMT Email viewed by parkscontracts@kentwa.gov 2024-03-07-0:48:53 AM GMT-IP address: 104.47.64.254 Signer parkscontracts@kentwa.gov entered name at signing as Ronald Lashley JR 2024-03-07-0:49:33 AM GMT-IP address: 146.129.252.126 Document e-signed by Ronald Lashley JR (parkscontracts@kentwa.gov) Signature Date:2024-03-07-0:49:35 AM GMT-Time Source:server-IP address: 146.129.252.126 P4 Document emailed to Connie Reckord (connier@macleodreckord.com)for signature 2024-03-07-0:49:38 AM GMT Email viewed by Connie Reckord (con nier@macleodreckord.com) 2024-03-08-7:59:15 PM GMT-IP address:66.171.181.237 Powered by r � Adobe T Acrobat Sign E= Document e-signed by Connie Reckord (connier@macleodreckord.com) Signature Date:2024-03-08-8:03:05 PM GMT-Time Source:server-IP address:66.171.181.237 Document emailed to bjlevenhagen@kentwa.gov for signature 2024-03-08-8:03:08 PM GMT Email viewed by bjlevenhagen@kentwa.gov 2024-03-08-8:15:18 PM GMT-IP address: 104.47.65.254 E= Signer bjlevenhagen@kentwa.gov entered name at signing as Brian Levenhagen 2024-03-08-8:15:37 PM GMT-IP address: 146.129.252.126 E= Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date:2024-03-08-8:15:39 PM GMT-Time Source:server-IP address: 146.129.252.126 Agreement completed. 2024-03-08-8:15:39 PM GMT Powered by r � Adobe K T Acrobat Sign