Loading...
HomeMy WebLinkAboutPW11-121 - Original - GEI Consultants, Inc. - Peer Review for Briscoe-Desimone Levee Project - 03/17/2011 Records Mal-n A Neme+ri KENT WAS NINGTON Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: GEI Consultants, Inc. Vendor Number: JD Edwards Number Contract Number: f (� L �—�_ I This is assigned by City Clerk's Office Project Name: Briscoe-Desimone Levee Description: ❑ Interlocal Agreement EJ Chang Order ❑ Amendment ® Contract ❑ Other: 71c�, fj� env Contract Effective Date: Date of the Mayor's signatureTermination Date. 12/31/11 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Ken Langholz Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide peer review services for the project. S Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT Nn-..MINGT.I CONSULTANT SERVICES AGREEMENT between the City of Kent and GEI Consultants, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GEI Consultants, Inc. organized under the laws of the State of California, located and doing business at 180 Grand Ave., Suite 1410, Oakland, CA 94612, Phone. (510) 350-2908/Fax: (510) 350-2901, Contact Alberto Pujol (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide peer review services for the Briscoe-Desimone Levee Project. For a description, see the Consultant's February 2, 2011 Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Upon the effective date of this Agreement, Consultant shall complete the work described in Section I by December 31, 2011. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Nineteen Thousand, Three Hundred Forty Two Dollars ($19,342.00) 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. CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's willfully wrongful acts or negligent performance of this Agreement. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder 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 Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. 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 VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. 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 CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) 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 Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. 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. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: LL CITY OF KENT: By: By: rgna re) (signature) Print N me: Pri t Nam uzette Cooke Its Its Mayor ((title)n,� DATE: Mpi W11 DATE: 7 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Albert Pujol Timothy 1. LaPorte, P.E GEI Consultants, Inc. City of Kent 180 Grand Ave., Suite 1410 220 Fourth Avenue South Oakland, CA 94612 Kent, WA 98032 (510) 350-2908 (telephone) (253) 856-5500 (telephone) (510) 350-2901 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Ke t Law Department GEI-Briscoe-Desimone Levee/Langholz CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) 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. Dated this da of MG , 20tL. By: For: G LON __--i—q1. Tot - Title: Val- 1 e,�,d Date: 3hq'A I EEO COMPLIANCE DOCUMENTS - 1 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 - 2 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. Dated this day of , 20 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A G E I P11 February 2,2011 (,cnttchnual � n„na,mrnr.d Mr.Ken Langholz LV na,R�mvacti City of Kent Iir,a„ulr Public Works Department 220 Fourth Avenue South Kent, WA 98032 RE: Proposal for Peer Review Engineering Services Green River Levee Certification—Briscoe and Desimone Segments City, of Kent, Washington Dear Mr, Langholz; We are pleased to submit this proposal to provide peer review engineering sere ices for the right bank of the Green River levee between South 206"'Street and South 182'1'Street,designated as the Briscoe and Desimone Levees Our proposed scope of work is based on your email dated January 28,2011. Project Understanding The City of Kent(City)has initiated an engineering evaluation and certification process for the levee along the right bank of the Green River,with the overall objective of obtaining Federal Emergency Management Agency (FEMA)accreditation of the levee in its Flood Insurance Rate Maps(FIRMs) for the area The City has divided the levee into six reaches and has engaged several consulting firms to prepare levee evaluation and certification packages. We understand that the City intends to submit certification packages to FEMA in mid to late June 2011. The levee reach designated as the Briscoe and Desimone Levees extends from South 200th Street to South 180`h Street, a length of approximately 2 7 river miles. A portion of the levee is within Tukwila, Washington,city limits The City of Kent has engaged GeoEngmeers,Inc to evaluate the levee and prepare a FEMA certification package Scope of Work The scope of work for this project involves providing a peer review of the CLOMR and levee Certification package for the Briscoe-Desimone Scgment being prepared by GeoEngmeers. Our review will be focused on the completeness of the submittal and overall appropriateness of procedures,design critei ia,assumptions and basic analysis parameters. Our proposed scope of work is as follows: GEI Consultants,Inc 180 Grand Avenue,Suite'410,Oakland,U 94612 510 350 2900 fax 510 350 2900 Mr Ken Langholz 2 February 2,2011 1. Review of Draft FEMA Certification Report: We will review the report and supporting documents provided to us by the City of Kent. We anticipate the report will include a narrative and supporting calculations documenting that the levee meets the requirements of44 CFR 65 10 of the NFIP Regulations We expect this will include topographic mapping,freeboard profiles,embankment seepage and stability analysis,settlement evaluation,erosion protection evaluation,closure structure evaluations and an interior drainage evaluation. Our technical review will be limited to assumptions,procedures,results and conclusions. We will not be providing a detailed check of calculation or models. We will not be conducting our own independent calculations or models 2.Review of Draft CLOMR Application: We will review the CLOMR MT-2 application forms and documentation that will be submitted to FEMA. We expect this will include the report included in Task I above and a completed set of the FEMA MT-2 CLOMR application forms. We assume this review will be performed concurrently with l'ask t 3.Summary Memorandum: We will prepare a letter memorandum summarizing our review comments. 4. Review of Final FEMA Certification Report and CLOMR Applications: We will review the final report and CLOMR application to back check that our review comments have been addressed, We expect that the comments will have been addressed and that we will issue a one page memorandum documenting our concurrence. 5.Coordination: We will coordinate with the City of Kent and its consultants as requested by the City during the review We will participate in meetings with FElvtA as requested. We assume that all meetings and discussions will occur by teleconference and that no travel will occur, Schedule We expect to complete our review about Ywo weeks after receiving the draft documents. We expect to complete our final review about two"weeks after receiving the final documents. We understand that GeoEngineers is just beginning their evaluation of the Briscoe-Desimone Segment and that they expect to issue a draft FEMA Certification Report and CLOMR Application in mid April 2011. We anticipate that final documents will be issued in May 2011 Cost Estimate We will perform the above scope of service on a time and materials basis based on the attached Fee Schedule and Payment Perms Based on the information known to us,we estimate that the cost of performing the services outlined above will be approximately$19,342 A breakdown of the estimated costs is included in the attached table. hivoices will be submitted monthly based on the services performed as of the end of each billing period. Mr. Ken Langholz 3 February 2,2011 Task Staff Hours Rate Cost 1. Review of Draft FEMA Senior Project 8 $229 $1,832 Certification Report Manager (A. Pujol) 30 $172 $5,160 Senior Engineer J Nickerson 2 Review of Draft CLOMR Senior Project 4 $229 $916 Application Manager (A. Pujol) 16 $172 $2,752 Senior Engineer 1,Nickerson 3. Summary Memorandum Senior Project 4 $229 $916 Manager (A Pujol) 16 $172 $2,752 Senior Engineer J.Nickerson 4. Review of Final FEMA Senior Project 4 $229 $916 Certification Report and Manager CLOMR Application (A Pujol) 16 $172 $2,752 Senior Engineer _ J.Nickerson 5. Coordination Senior Project 2 $229 $458 Manager (A.Pujol) 4 $172 $688 Senior Engineer J Nickerson 6 Direct Expenses $200 Total. 104 S19,342 Terms and Conditions Our work will be performed in accordance the'terms and conditions negotiated by the City of Kent and GEI Consultants,Inc. We appreciate the opportunity to submit this proposal and look forward to working with you on this project Please call meat 510-350-2908 or Jim Nickerson at 781-721-4023 with any questions. Sincerely, GEL CONSULTANTS,INC. Pt Alberto Pujol,P.E Vice President,Project Manager Attachments GEL Fee Schedule and Payment Terms FEE SCHEDULE AND PAYMENT TERMS {/yam r}L�� �...1 FEE SCHEDULE Hourly Billing Rate Personnel eategory $per hour Staff Professional-Grade 1 $ 94 Staff Professional-Grade 2 $104 Project Professional-Grade 3 $114 Project Professional-Grade 4 $127 Senior Professional-Grade 5 $151 Senior Professional-Grade 6 $172 Senior Professional-Grade 7 $204 Senior Consultant-Grade 8 $229 Senior Consultant-Grade 9 $282 Senior Principal-Grade 10 $282 ----------------------------------------------- Senior CADD Drafter and Designer $114 CADD Drafter/Designer and Senior Technician $ 104 Technician,Word Processor,Administrative Staff $ 84 Office Aide $ 67 These rates are billed for both regular acid overtime hours in all categories Rates wi I increase up to 5%aimudliy,at GEI's option, for all contracts that extend beyond twelve(12)months after the date of the contract OTHER PROJECT COSTS 6Z Subconsultants, Subcontractors and Other Pro ect Expenses -All costs for subconsultants, subcontractors and other project expensos will be billed at cost plus a /o service charge Examples of such expenses ordinanly charged to projects are subcontractors, subeom0ants chemical laboratory charges, rented or leased field and laboratory equipment,outside printing and reprodawon;communications and mailing charges,reproduction expenses,shtpping costs for samples and equipment,disposal of samples,rental vehicles; fares for travel on public tamers,Special fees for insurance certificates,permits, licenses, etc, fees for reAordtion of paving or land due to field exploration,etc; state sales and use taxes and state taxes on GEI fees. Billing Rates for CADD and Specialized Technical Computer Programs — Computer usage for CADD and specialized technical programs will be billed at d flat rate of$10 00 per hour in addition to the labor required to operate the computer Field and Laboratory Equipment Billing Rates — GF.I-owned field and laboratory equipment such as pumps, sampling egmpr�ient,momtonng instrumentation, field density equipment, portable gas chromatography,etc will be billed at a daily,weekly,or monthly rate,as needed for the project.Expendable supplies are billed at a unit rate Transportation and Subsistence- Automobile expenses for GEI or employee awned curs wit be charged at the rate per mile set by the internal Revenue Service for tax ourpcses pli-s tolls and parking charges When required for a project, four-wheel drive whit€cs owned by GEI or the employees will be billed at a daily rate appropriate for those vehmles Per d.em living costs for personnel on assignment away from their home office will be negotiated for each project. PAYMENTTERMS Invoices will be submitted monthly or upon completion of a specified scope of service,as described in the accom- panying contract(proposal,project,or agreement document that is signed and dated by GEI and CLIENT) Payment is due upon receipt of the rivoi�{{c^.lt1rest will accrue at the rate of I%of the invoice amount per month,for 1 amounts that remain unpaid more than 3tTdays after the invoice date. All payments will be made by either check or fl electronic transfer to the address specified by GEI and will metudc reference to GE['s invoice number Standard Fee Schedule 2011 Effective January 1,2011 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 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 Contractor shall maintain the following insurance limits: 1 Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (continued) 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 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 Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. In the event Notice of Cancellation or Non-Renewal of Insurance is provided to Consultant by Consultant's insurer, the Consultant is required to provide 30 days prior written notice by Certified Mail, return receipt requested to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. I EXHIBIT B (continued) F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. �v W CERTIFICATE OF LIABILITY INSURANCE 3/15/2011 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(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on thts certificate does not confer rights to the certificate holder in lieu of such endorsements), PRODUCER 'TACT Michele Callahan NAME Ames and Gough PHONE (617)328-6555 FAAICN (617)32E•6008 859 Willard Street pIAA1L mcallahan®amesgough.com Suite 320 RODUCER a.00001293 Ouincy MA 02169 INSURERTS AFFORDING COVERAGE NAI00 INSUREII INSURERA:Travelers Casualty and Surety 9038 INsuftERa:Travelerg Property Casualty 5674 GRI Consultants, Inc. INSuREPe.Travelers Insurance Company 180 Grand Avenue INSURER c:Steadfast Insurance CorapEmy 26387 Suite 1410 INSURER E. Oakland CA 94612-3017 INSURER F. COVERAGES CERTIFICATE NUMBER:CL1043007373 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED N07VITHSTAK01KG ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN 7HE 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 POLICY EF POLICY EXP LITR TYPE OF INSURANCE PDLICYRUMBER MMaI D YY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 DAMAGE TO KEIFT-ED X COMMERCMLGENERALLIABIL Y PREMISES Fs occH•aroc _ $ 300,000 A GAM$MADE Ex 1 OCCUR 8 P6307457AS38 11/2010 /1/2011 VED EXP(An7 ono son) $ 10,000 PERSONAL&ACV INJURY $ 1,000,00 GENERAL AGGREGATE S 2,000,000 GENL AGGREGATE OAT APPLIES PER: PRODUCTS-COMP/OP AGO $ 2,000,000 POLICY X PRO• Lam, $ JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 11000,000 (Ea axlden0 X AM'AUTO BODILY INJURY(Per pemtm) S 13 ALLOWNEDAUTOS X OLD4927HO47 /l/2010 /l/2011 BODILY INJURY tPar='derA) $ SCHEOULED AUTOS PROPERTY DAMAGE HIRED A'JTDS (Per ac mol':) $ NDNDYruEDAUTOS Undees UredMOWW $ 1,000,000 Unin&rodm ionatc=bned ;$ 1,000,000 X UMBRELLA LIAO X OCCUR EACH OCCURRENCE $ 2,0001000 EXCESS LIAB CLA0ASh4+DE AGGREGATE $ _ 2,000,000 DEDUCTBLIE $ C RETENTION S X P 4484H486 /1/2010 51112011 $ A YPORKEROCOMPENSATIDN _ NC STAN- OTN• j AND EMPLOYERS`LIABILIT3 YIN ': X I ANY PROPRIETORRARTNERIEXECUTNE N E.LEACHACC:IDENT I OFFICERWELMER EXCLUD02 / /2010Jl/ �$ lOD0D00 ;Mendstoq In NH) SOB 1017A23A10.1n; DISEASE EIAPLOYE $ 21000,000 If yyes deeaibD under , DESGtRIPTION OF OPERATION$bdvF EL DISEASE-POLICY LMIT $ 1,000,000 D Professional Mb PEC902225906 /1/2010 11/2011 PERCLAIM 1,000,604 Contractorts Pollu 7 AGGREGATE 1,000,D00 DESCRIPT10h OF DPERATIONS I LOCATID118 f VEHICLES(Attach ACORD 101,AddAIDnaT Remarks Schedule,If more spate is nqu)rod) PSojeCt. Briscoe-Des2mone Levee Project City of Kent is included as Additional Insured regarding General, Auto and Umbrella Liability (al, Form attached). The insurance shown above (not professional) shall be primary and non-contributory. A Severability of interest provision shall apply. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Sent ACCORDANCE WITHTHE POLICY PROVISIONS. Nancy Yoshitaks, Engineering Admin/Public AUTHORIZED 7tEPRESENTATNE 220 Fourth Ave, South Kent, WA 98032 M Herlihy/BOSTON ACORD 25(2009109) A 9888-2009 ACORD CORPORATION, All rights reserved. INS025(2m$Qs) The ACORD name and logo are registered marks of ACORD CL...MERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED — WRITTEN CONTRACTS (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION 11—WHO IS plies only to such "bodily injury" or"property AN INSURED: damage"that occurs before the end of the pe- Any person or organization that you agree in a clod of time for which the "written contract re- written contract requiring Insurance"to include as quliing insurance" requires you to provide an additional insured on this Coverage Pan,but, such coverage or the end of the policy perlod, whichever is earlier. a. Only with respect to liability for"bodily Injury`, q The followingIs added to Paragraph 4.a.of SEC- TIONInjury"; IV—COMMERCIAL GENERAL LIABILITY b. if, and only to the exient that, the Injury or CONDITIONS: damage Is caused by acts or omissions of you or your subcontractor in the performance The insurance provided to the additional insured of"your work• to which the "written contract Is excess over any valid and collectible"other in. requiring Insurance" applies. The person or surance", whether primary, excess, contingent or organization does not qualify as an additional on any other basis,that is available to the addi- Insured with respect to the independent acts tional insured for a loss we cover.However,If you or omissions of such person or organization, ', specifically agree in the"written contract requiring insurance"that this Insurance provided to the ad- The insurance provided to such additional insured, ditlonal insured under this Coverage Part must is limited as follows apply on a primary basis or a primary and non- c. In the event that the Limits of Insurance of contributory basis, this insurance Is primary to this Coverage Part shown In the Declarations "other insurance" available to the additional in- exceed the limits of liability required by the sured which covers that person or organization as "written contract requiring Insurance", the In- a named insured for such loss, and we will not surance provided to the additional insured share with that "other insurance". But this insur- shall be limited to the limits of liability required ante provided to the additional insured still is ex- I by that "written contract requiring Insurancel'. Cass over any valid and collectible "other inuu- This endorsement shall not increase the limits ante",whether primary, excess, contingent or on it of insurance described In Section Ill —,Limits any other basis,that is available to the additional Ofinsurance insured when that person or organization is an d. This insurance does not apply to,the render- additional Insured under any"other insurance". j ing of or failure to render any rprofessional 3. The following Is added to SECTION IV— COM- services" or construction management errors MERCIAL GENERAL LIABILITY CONDITIONS: or omissions. Duties Of An Additional Insured s. This insurance does not apply to "bodily In- As a condition of coverage provided to the addi- jury" or "property damage" caused by "your tional insured: work" and Included In the "products. completed operations hazard unless the a. The additional Insured must give us written notice as soon as practicable of an "occur= written contract requiring insurance specifi- P tally requires you to provide such coverage rence" or an offense which may result In a for that additional Insured, and then the insvr--, ,* claim. To the extent possible, such notice I ante provided to the additional Insured ap,, should include: j a ; CG D414 04 00 0 20W The Travelers Companies,rna Page 1 of 2 COMMERCIAL GENERAL L"..sTY i, How, when and where the °occurrence" any provider of other insurance which would or offense took place; cover the additional insured for a loss we 1L The names and addresses of any injured cover. However, this condition does not affect persons and witnesses;and whether this insurance provided to the addi- Iit. The nature and location of any Injury or tional insured is primary to that other insur- damage arising out of the"occurrence"or anGe covers thabl to the person additioorgnal Insured n ahich offense, s a b. if a claim is made or°suit"is brought against named insured. the additional insured, the additional invited 4. The following is added to the DEFINITIONS Soo- must: tion' 1. Immediately record the specifics of the ZWritten contract requiring insurance"means that claim or"suit"and the date received;`and part of any written contract or agreement under or- III. Notify us as soon as practicable. which you are required to Include a person or or- ganization as an additional Insured on this Cover- The additionaf Insured must see to It that we age Part, provided that the "bodily Injury" and receive written notice of the claim or"suit"as "property damage" occurs and the "personal in- soon as practicable, jury"is caused by an offense committed: c. The additional Insured must linmediately send a. After the signing and execution of the contract us copies of all legal papers received in con- or agreement by you; nection with the claim or"suit",cooperate with b, While that part of the contract or agreement Is us in the investigation or settlement of the in effect; and claim or defense against the "suit", and oth- erwise comply with all poiloy conditions. c. Before the end of the policy period. d. The additional insured must tender the.de- fense and indemnity of any claim or"suit'to n� i� o� oil r n� raw o� m� i ti= o� • i o� ' r , 4 Page 2 of 2 Q 2WB The Travete;s Compantes,Ina. CG 04 44 04 08 oocesa REQUEST FOR MAYOR'S SIGNATURE • Please FIII in All Applicable Boxes KENT This form must be printed on cherry paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator- Ken Langholz Phone (Originator) 5516 Date Sent 3/15/1/ Date Required. Return Signed Document to Nancy Yoshitake CONTRACT TERMINATION DATE: 12/31/11 VENDOR NAME: GEI Consultants, Inc DATE OF COUNCIL APPROVAL: 2115/11 Brief Explanation of Document. The attached agreement is for GEI Consultants to provide peer review services for the Briscoe/Desimone Levee Project For a summary, see the attached prepared by Ken Langholz All Contracts Must Be Routed Through the,Law Department (This Area to be Completed By the Law Department 1, s, Received- Approval ' t" LC Approval of Law Dept ECEN ) l�J �lj +u q( ' C) Law Dept Comments: MAR 15 h � FI � E# ' t NT LAW DEPTo / KE L Date Forwarded to Mayor P rrtr Shaded Areas to Be Completed by Administration Staff Received: ' t, 77 ra i r Recommendations & Comments: Disposition. /'IAf 3e lktwe�,� U L1 owill Date Returned: CITYCtc t( Iage5870_templatebase 2/07