Loading...
HomeMy WebLinkAboutPW11-286 - Original - AECOM Technical Services, Inc. - Boeing Levee Retaining Wall Design Services & Bid Documents - 12/15/2011 Records Mqa-a­ gemehaJi.N_ KENT Document WASHINGTON p 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: AECOM Technical Services, Inc. Vendor Number- . JD Edwards Number Contract Number: pGJ I This is assigned by City Clerk's Office Project Name: -Boeing Levee Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: 1,2 Contract Effective Date: Date of the Mayor's Signature Termination Date: 12/31/12 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide design-services-and-bid documents-for the levee retaining wall. C hn .-2I r�1 — S,Public\RecordsManagement\Forms\Contractcover\adcc7832 1 11/08 Y. + KENT W as".n GT.. CONSULTANT SERVICES AGREEMENT between the City of Kent and AECOM Technical Services, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and AECOM Technical Services, Inc. organized under the laws of the h State of Delaware, located and doing business at 701 Fifth Ave. #1100, Seattle, WA 98104, Phone: (425) 495-5964/Fax: (858) 292-7432, Contact: Richard Patterson (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 design services and bid documents for the Boeing Levee Retaining Wall project. For a description, see the Consultant's 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, 2012. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Eighteen Thousand, Eight Hundred Fifty Dollars and eighty nine cents ($18,850.89), plus applicable Washington State sales tax, 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 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 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) f 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. 4 IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: By. (sgr} to ) (signature) Print Name: - - Print Na e: uzette Cooke Its iCf, pw Its Ma or (title) DATE: Li I3ol„ DATE: 7 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Richard Patterson Timothy J. LaPorte, P.E. AECOM Technical Services, Inc. City of Kent 701 Fifth Ave. #1100 220 Fourth Avenue South Seattle, WA 98104 Kent, WA 98032 (425) 495-5964 (telephone) (253) 856-5500 (telephone) (858) 292-7432 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO M: ent La a dent AECOM-Boeing Levee/Hallod 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 3J{`— day of i�ja c4-sce- , 20 �!. By. t� Fo . 0 Aib l�.P_f4s m -t- J(pal,ceS ,,.JZ Title: J IC,f -V, Date: %F lldlL 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 AECOM Technical Services, Inc. Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Boeing Levee - Structural Services that was entered into on the December 15, 2011, 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 7i day of � ' , 2013 By: For: Title: Date: i EEO COMPLIANCE DOCUMENTS - I t City of Kent ~! OM Scope of Work-Exhibit A EXHIBIT A SCOPE OF WORK for Retaining Wall at Boeing Levee The scope work is to provide final design services and contract documents for approximately 640 feet of retaining wall located on the Boeing Levee, behind the Pacific Gateway Business Park in Kent, WA The scope includes, analysis, design, drawing preparation, estimating, and specification language for a wall The plans will be sealed and signed by a professional engineer upon completion of contract documents Scope also includes coordination with City of Kent and other consultants working on this project FINAL DESIGN The services listed below represent the Consultant's understanding of the work to be completed in order to provide bid documents to the City for advertisement of the Protect This scope of services is based on direction from the City The Consultant shall actively coordinate Retaining Wall aspects of the work for the assignment, identify and resolve issues in a timely manner, and communicate effectively The Consultant shall be responsible for the performance of scoped services, and shall furnish materials and information to accomplish the work tasks described herein The Consultant will actively coordinate with other consultants performing work on this project The Consultant and the City agree that the City may use City forces to perform tasks listed in this Scope and that some tasks may not be required and the contract dollar amount will be adjusted accordingly I. PROJECT OBJECTIVES AND DESCRIPTION The objectives of the Boeing Levee Project, hereinafter referred to as the Protect, are to 1 Provide flood protection to the City of Kent, in the area of the Green River known as the Boeing Levee 2 The project will include new berms and a retaining wall 3 Minimize construction impacts to the public The Work consists of providing final design services for a retaining wall along the Boeing Levee The City of Kent has chosen the wall to be a sheet pile wall with concrete facing on both exposed sides The height of the wall will be about three feet above the 500 year flood elevation Consultant effort will Include the following items 1 Task Management and Coordination with City and other consultants 2. Site Visit for Designers 3 Analysis and Design for Sheet Pile wall 4 Plan Preparation for wall 5 Specifications for wall 6 Quantities and Opinion of Cost for wall COK Boeing Wall Scope 20111114 v0 doc Page 1 of 9 City of Kent AZroM Scope of Work-Exhibit A II. DESIGN CRITERIA All documents prepared under the terms of this AGREEMENT shall be developed in accordance with the latest edition and amendments of the following City of Kent: 1 Road Standards 2 Standard drawings and sample documents prepared by the City and furnished to the Consultant shall be used as a guide in all applicable cases WSDOT Publications: 1 Standard Specifications for Road, Bridge, and Municipal Construction, English Edition, 2008 (M41-10) 2. Standard Plans for Road, Bridge, and Municipal Construction, English edition (M21-01) 3 Design Manual (M22-01) 4 Bridge Design Manual, (M23-50) 5 Plans Preparation Manual (M22-31) 6 Construction Manual (M41-01) 7 Local Agency Guidelines Manual American Association of State Highway and Transportation Officials (AASHTO)Publications: 1 Standard Specifications for Highway Bridges, AASHTO LRFD Bridge Design Specifications, Customary US Units, 4ih Edition with 2008 Interim Revisions 2 Guide for the Development of Bicycle Facilities, 1999 3 A Policy on Geometric Design of Highways and Streets, 5'h Edition, 2004 ('Green Book') U.S. Department of Transportation, Federal Highway Administration (FHWA): 1. Manual on Uniform Traffic Control Devices for Streets and Highways USACE and Other Publications: 1 EC (Engineering Circular) 1110-2-6052, Structural Design of Precast and Prestressed Concrete for Offsite Prefabricated Construction of Hydraulic Structures, 1 January 2001 2 EM (Engineering Manual) 1110-2-2104, Strength Design for Reinforced Concrete Hydraulic Structures,August 2003, Change 1 3 EM 1110-2-2105, Design of Hydraulic Steel Structure, March 1993, Change 1, May 1994 4 EM 1110-2-2106, Design of Precast and Prestressed Concrete for Hydraulic Structures, 30 march 08, DRAFT 5 EM 1110-2-2503, Design of Sheet Pile Cellular Structures Cofferdams and Retaining Structures, September 1989 6 EM 1110-2-2504, Design of Sheet Pile Walls, March 1994 7 EM 1110-2-2906, Design of Pile Foundations, January 1991 8 ER (Engineering Regulations) 1110-2-1150, Engineering and Design for Civil Works Projects, August1999 COK Boeing Wall Scope 20111114 v0 doc Page 2 of 9 City of Kent A::00A4 Scope of Work-Exhibit A 9 ER 1110-2-1806, Earthquake Design and Evaluation for Civil Works Protects, July 1995 10 American Concrete Institute (ACI), Building Code Requirements for Reinforced Concrete, ACI 318- 02 11 American Institute of Steel Construction (AISC), Manual of Steel Construction Allowable Stress Design, 9i" Edition, 1989 12 American Society of Civil Engineers (ASCE), Minimum Design Loads for Buildings and Other Structures,ASCE 7-05, 2005 13 American Welding Society (AWS), Bridge Welding Code,AWS D1 5 2008 i 14. American Welding Society, Structural Welding Code, AWS D1 1 2008 III. PROJECT SCHEDULE The anticipated project schedule is as shown below, Milestone Date Consultant Notice to Proceed 28 Nov 2011 Concept Development Complete 16 Dec 2011 60% Calculations, Plans, Estimate, and Specifications 27 Jan 2012 100% Calculations, Plans, Estimate, and Specifications 24 Feb 2012 Bid Documents Complete 23 Mar 2012 Advertisement Set 6 Apr 2012 Contract End Date 31 Dec 2012 The duration of the reviews by the City and by others is two (2) weeks The protect schedule may be subject to adjustment at mutual agreement, whether initiated by the City or Consultant IV. DATA AND SERVICES TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will provide the following items and services to the Consultant that will facilitate the studies and preparation of the documents for work within the limits of the Project The Consultant is entitled to rely on the accuracy and completeness of this and other data furnished and represented by the City and others, including but not limited to,survey and traffic data These are 1 Survey, Base Maps, and complete DTM 2 Geotechnical Design Parameters 3 Drainage/Hydraulic Information as necessary 4 Secure rights-of-entry as necessary COK Boeing Wall Scope 20111114 v0 doc Page 3 of 9 City of Kent I Mom Scope of Work•Exhibit A V. INTELECTUAL PROPERTY The documents listed as "Deliverables" in the Detailed Task Description, Section VII of this scope of work, and other exhibits or presentations for the work covered by this AGREEMENT and associated supplements will be furnished by the Consultant to the City upon completion of the various tasks of work Whether the documents are submitted in electronic media or in tangible format, any use of the materials on another project or on extensions of this project beyond the use for which they were intended, or any modification of the materials or conversion of the materials to an alternate system or format will be without liability or legal exposure to Consultant The City will assume all risks associated with such use, modifications, or conversions The Consultant may remove from the electronic materials delivered to the City, all references to the Consultant involvement and will retain a tangible copy of the materials delivered to the City which will govern the interpretation of the materials and the information recorded Electronic files are considered working files only, the Consultant is not required to maintain electronic files beyond 90 days after the project final billing, and makes no warranty as to the viability of electronic files beyond 90 days from date of transmittal VI. ABBREVIATIONS The following abbreviations are referred to throughout this scope of work• AASHTO American Association of State Highway and Transportation Officials ASTM American Society for Testing and Materials BA Biological Assessment BDM WSDOT Bridge Design Manual BRAC Bridge Replacement Advisory Committee DAHP Department of Archaeology and Historic Preservation Ecology Washington State Department of Ecology ECS Environmental Classification Summary ESA Endangered Species Act FEMA Federal Emergency Management Agency FHWA Federal Highway Administration H&LP Highways and Local Programs HPA Hydraulic Project Approval JARPA Joint Aquatic Resources Permit Application LRFD Load Resistance Factor Design NEPA National Environmental Projection Act NMFS National Marine Fisheries Service NRHP National Register of Historic Places PS&E Plans, specifications, and estimates SEPA State Environmental Protection Act TS&L Type, Size and Location WDFW Washington State Department of Fish and Wildlife COK Boeing Wall Scope 20111114 v0 doc Page 4 of 9 City of Kent AZICIM Scope of Work-Exhibit A WSDOT Washington State Department of Transportation USACE United States Army Corps of Engineers USFWS United States Fish and Wildlife Service VII.DETAILED TASK DESCRIPTION General Assumptions: 1 The level of effort for each phase and task of work is limited to the amount of labor and expenses indicated in Exhibit `B" These costs are itemized in Exhibit `B"to aid in project tracking purposes only The budget may be transferred between tasks, provided the total contracted amount is not exceeded Additional services beyond these limits will be considered Extra Work 2 Substantial completion of the project is anticipated to be 4 months, however the contract will expire December 31, 2012 The Consultant is responsible for meeting deadlines for their tasks only, Consultant has no control over those portions of the schedule related to the tasks performed by the City or any third party 3. Subsurface investigation and remedial action associated with hazardous wastes located within the Project limits are not within this scope of services No hazardous, dangerous, or contaminated soil/ground water is anticipated to be encountered on or within the project limits Should any of these materials be encountered, addressing the situation will be Extra Work 4. The analyses, design, plans, specifications, and estimate performed or prepared as part of the Project will be in English units Metric units will not be used on this Project 5. The plans will be prepared in accordance with City of Kent Drafting Standards including City of Kent Title Block and Pen/Plot Settings Final plans shall be stamped and signed and provided to the City in AutoCAD format and on full-size hard copy(22"x 34') 6 The City has the authority to approve proposed work scope and schedule changes PHASE 1 — DESIGN TECHNICAL MEMO Task 1. — Management and Coordination: In this task are described those services necessary to plan, perform, and control the various elements of the project so that the needs and expectations of the City will be met a Project Management. Provide direction to the design team Conduct project coordination meetings as required with appropriate task leaders Monitor the planned versus actual rate of expenditure for each task and take corrective actions if necessary Collect from each task leader, the percent complete as measured by how much work is left to be accomplished on a task by task basis Maintain a high exposure to the project team of the issues to be resolved and their potential impacts to the measures of success for the project b Communicate Progress. Conduct ongoing, proactive, responsive communications with the City staff involved in the direction and execution of the project Attend project coordination meeting at the completion of the Design Memo Coordinate the schedule of the reviews to be performed by the City Prepare and submit monthly invoices with a brief progress report that will include identification of work performed in the previous month's schedule c Quality Assurance/Quality Control The project manager will implement and conduct AECOM quality control/quality assurance program throughout the project COK Boeing Wall Scope 20111114 v0 doc Page 5 of 9 City of Kent AXIOM Scope of Work-Exhibit A Assumptions: 1 The Consultant's project manager and/or project engineer will meet with the City's project manager/engineer on as needed basis throughout the project 2 Internal project team coordination meetings will be held on an as-needed basis during project duration These meetings will be in addition to the coordination meetings held with the City, but budgeted as part of the specific work tasks. 3 Project meetings may involve other consultants, FEMA and USACE and will require some preparation of meeting materials The budgeted number of meetings is shown on the attached cost estimate Y Deliverables: 1. Monthly Invoices and Progress Report(1 copy) 2 Written Change Authorizations 3 Meeting preparation and attendance Task 2. — Site Visit: The Consultant will perform the following: The Consultant will conduct a site visit to review the field location of the proposed wall location Assumptions: 4 All locations are accessible by foot 5 Two people for the site visit Deliverables: 1. Field notes and photographs Task 3.— Conceptual Wall Type Review; The Consultant will perform the following: Perform preliminary engineering to review the selected wall type, size and location, and determine how to provide a dual face concrete facing a. Establish wall design parameters, which include design loadings, construction materials, and design method b Coordinate with the City and geotechnical engineer for design parameters and an agreeable concept for providing aesthetically pleasing concrete facing to both sides of the expected steel sheet pile wall Assumptions: 1 The anticipated structure type is a steel sheet piles wall with aesthetically pleasing concrete facing on both sides of the wall The attachment method for this facing must be developed and agreed to by the City and the Consultant Deliverables: 1 Typical section for the chosen wall with facing shown COK Boeing Wall Scope 20111114 v0 doc Page 6 of 9 City of Kent AMOM Scope of Work-Exhibit A Task 4. — Structural Design: The Consultant will analyze, design, and prepare plans, details, and specifications for the wall in accordance with City and WSDOT requirements as follows a Prepare complete structural calculations for the final design of the wall to be depicted on the plans A registered Structural Engineer in the State of Washington will seal the cover sheet of the structural calculations The structural calculations shall include, but are not limited to the following • Calculations for hydraulic and earth retaining analysis • Final horizontal and vertical layout geometry • Analysis of member strength and stresses for critical stages of construction and AASHTO load groups b. Prepare contract plans for construction of the levee walls The plans will include the following information for all wall components • Structural layout and vertical wall geometry • Dimensions and configurations of structural components • Design notes, general notes, and material notes • Design details, Including steel sheet pile, reinforcing, concrete, or other dependent on wall type Assumptions: 2 Final design of the structures on the Protect will be in accordance with the AASHTO LRFD Bridge Design Specifications, Customary U S Units, 4th Edition with 2008 Interims 3. The structures for the Project will be based on the alternative selected in cooperation with the City 4 A registered Structural Engineer in the State of Washington will seal the final 100% contract plans 5 See the Level of Effort Estimate for the assumed number of plan sheets that will be required for the wall Deliverables: Structural Plan sheets Final Structural Calculations Task 5. — Special Provisions for Wall: The Consultant will compile the specified general special provisions, amendments, and Special Provisions from the above sections according to the WSDOT/APWA Standard Specifications, English The Consultant will prepare a Bid Schedule for the wall Special Provisions and bid schedule will be included in the 60 percent and 100 percent submittals The Consultant will review the Contract Provisions for the Protect prepared by the City and provide comments and revisions as necessary Assumptions: 6 The Consultant will prepare only special provisions and bid schedule for the wall The City will be responsible for assembling the entire specification package COK Boeing Wall Scope 20111114 v0 doc Page 7 of 9 s City of Kent AZIM Scope of Work-Exhibit A 7. Electronic copy of submittals will be in Microsoft Word or Excel Deliverables: Special Provisions at 60 percent submittal Special Provisions at 100 percent submittal Bid Items Reviewed and marked up copy of Contract Provisions prepared by the City Bid schedule Task 6. — Compile Quantities and Prepare Opinion of Probable Cost for the Wall: The Consultant will compile the quantities and opinion of probable cost using AECOM and WSDOT Unit Bid Prices The Engineer's opinion of construction cost for the Project will be submitted to the City at the 60, and 100 percent level-of-completion of the plans and specifications Assumptions: 8 The construction contract will be based on a unit price bid item amount for the main work elements 9 Any opinions of cost provided by the Consultant will be on a basis of experience and judgment, but since it has no control over market conditions or bidding procedures, the Consultant cannot warrant that bids or ultimate construction costs will not vary from these cost estimates Deliverables: Opinion of Probable Cost, 60 percent Submittal (1 hard copy) Opinion of Probable Cost, 100 percent Submittal (1 electronic and 1 hard copy) Task 7. Compile Project Deliverables for Wall: The Consultant will assemble the work from each of the foregoing final design work tasks into 60 and 100 percent design submittals to the City Interim submittal drawings will be 11"x 17" The final drawings will be plotted full size (22"x 34") and stamped by a registered Structural Engineer Assumptions: The PS&E submittals In Phase 2 will be the following Deliverables: 60 Percent PS&E Submittal • Plans • Special Provisions • Opinion of probable cost 100 Percent PS&E Submittal • Plans • Special Provisions • Bid Schedule • Opinion of probable cost • Incorporate City and other agency comments and/or responses • Electronic copy of specified special provisions in Microsoft Word • Electronic copy of engineering plans in AutoCAD format Printer Ready PS&E Submittal for Advertising (Ad Set) COK Boeing Wall Scope 20111114 v0 doc Page 8 of 9 e, City of Kent AZCD#M Scope of Work-Exhibit A • Sealed Plans • Sealed Special Provisions • Bid Schedule • Opinion of probable cost • Incorporate City and other agency comments and/or responses Task 8. — Respond to Review Comments: Following the City's review of the 60 and 90 percent PS&E Submittal packages, the Consultant will coordinate with City representatives to discuss the City's comments The plans and special provisions will be modified by the Consultant to address these review comments A written response will be provided to the City for those comments not incorporated into the design Assumptions: 9 The City will provide a set of review comments for response by the Consultant Deliverables: Prepare written responses to City Comments to the 60 percent Review Submittal Task 9. — Assistance during Pre-Bid & Bid Periods Once the Ad Set of PS&E Submittal to the City has been completed for the construction contract, the Consultant will remain 'on-call' until the contract has been awarded to the successful bidder The types of assistance that the Consultant will provide to the City during the pre-bid and bid periods of the Project may include • Assisting City in responding to engineering questions from Contractors • Interpreting and clarifying the bid documents • Assisting the City in preparing contract addendum • Assisting the City's project manager in evaluating the bids COK Boeing Wall Scope 20111114 v0 doc Page 9 of 9 City of Kent A:'If.YM Boeing Levee Retaining Wall Boeing Levee Sheet PIN Wall Structural No of Hoursl Simdural Pro) Eng/ CADDI Pro) Wall length Sheets Sheet Manager Eng Des Tech Admm QA)QC Total Hours Total Cast LI-) $7631 $6971 $5048 $2600 $3800 $5930 No,dt Task kill Mona ersont and Coordination Proed Mana ement 6 5 12 _ $68586 1 IMeetings 4 4 8 $50716 mcehng duration oath'mvei M1me rhnl 4 Total Management and Coordination 10 0 4 0 6 0 20 $1 19302 Task 2 Site Visa - - Site Visit with travel time 3 3 6 536057 Total Site Visit 0 3 1 3 D 0 0 6 536057 Tasks 3&4 PS&E furWal&6 Design Cntena&Wall Type Revies(coot Facing) 1 2 4 7 $417 65 Anaysls De and Plan Sheets-one sheet 4 24 20 48 $201036 Discipline QA/QC-in house InterDiscipline QAIQC Civil&Geotechnical 1 4 4 9 $557 07 Total PS&E for WallsA&B 2 10 52 20 0 0 64 $298508 Tasks iSpecial Provisions � ` Draft Specifications(60%) 2 9 6 _ $341 34 Final Specifications(100%) 1 1 2 1 1 4 $246 98 Total Special Provisions 1 3 6 1 0 1 0 1 0 1 10 $588 32 Tal QuarrtRles andloothlood of Cost_ Item Llst 1 1 2 $120 19 Preliminary ESlan tte(60%) 1 2 3 $17067 Final Cost Estimate(100%) i 1 1 3 $196 50 Total Quanhbes and Opinion of Cost 1 3 1 4 1 0 0 0 3 $48736 TWOlial S.&9 OehverotlNs,RespoiW to Comments,and Bid Penod Assistance Compile dative 2 2 -24 $15296 Respond to Review Comments 1 2 3 $17D 67 Assistance during Bid Period 1 2 4 7 $41765 Total Deliverables Respond to Comments and Bid Period Assistance 1 3 a 2 0 0 14 $741 28 Total Structural 15 22 57 22 6 0 122 $6,35563 OUTSIDE REIMBURSABLES AECOM Direct Salary IS 356 53 Per Diem $000 AECOM Overhead® 15314% $10,368 57 Lodging $000 AECOM Subtotal $1672420 Mileage/pars Vehicle($0561mile) $12500 Meals $000 AECOM Fee (g 30% $1,90669 Supplies Photos $000 Outside Reimbursables $220 Do Reproduction $50 00 Subconsultanls $000 Postage/Delivery $2000 TOTAL= $18,95059 Other $2500 Management Reserve Fund 0% $0 00 Markup for Reimb 0 0% $000 GRAND TOTAL= $18,85D 89 Total $22000 Notes 1) this estimate is based on a steal sheet pile wall with concrete facings 2) this estimate assumes that the City will provide a DTM model that is complets for hi&van layout quantities,and Past estiming 3) drainage by others File R/60148305-Kerd Horseshoe Bend LeveslBosing LeveelCOK Boeing Well Estimate 2D111114 v0 sa Sheet Sri.,Wall Pope I of I EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed I operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 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 Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. 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 Contractor before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. 7 ® DATE(MMIDD/YYYY) A�E' CERTIFICATE OF LIABILITY INSURANCE 12012011 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 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 endorsements . PRODUCER CONTACT NAME Marsh Risk&Insurance Services %rJr : PHONE CA License#0437153 a/c No 777 South Figueroa Street EDMDREss AIL INSURER 5 AFFORDING COVERAGE NAICtl Los Angeles,CA 90017 DEC , ,j j Attn Lori Bryson(213)-346-5464 IJJ r.. 06510-AECOM CAS-1 1113 Sea01 WA Alaalky INSURERA Zurich Anencan Insurance Company 16535 INSURED 13 INSURER B AECOM Technical Services,Inc � � INSURER C Illinois Union Insurance Co 27960 701 51h Avenue N E,Suite 1100 Seattle,WA 98104 INSURER D NIA NIA INSURER INSURER F COVERAGES CERTIFICATE NUMBER: LOS-001480635 02 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 UBR POLICY NUMBER MMIDDIYYYY MM/DD/YYYY LIMITS LTR A GENERAL ABILITY GLO596589103 04/01/2011 000112012 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED 1,000,000 COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS-MADE MOCCUR MED EXP tAny one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 1,000,000 X I POLICY PRO- LOC $ IECT A AUTOMOBILE LIABILITY BAP 596589303 04101/2011 041010012 COMBINED SINGLE LIMIT 1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON OWNED PROPERTY DAMAGE $ AUTOS Per accident UMBRELLA LIAR HOCCUR EACHOCCURRENCE $ EXCESS LIAR CLAIMS MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE❑ E L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E L DISEASE-EA EMPLOYE $ It as describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $ C ARCHITECTS&ENG EON G21654693 11111,2111 01//111013 Per Cla rrdAgg $1,000,000 PROFESSIONAL LIAB ""CLAIMS MADE"" Defense Included DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) DESIGN SERVICES AND BID DOCUMENTS FOR BOEING LEVEE RETAINING WALL PROJECT ITY OF KENT,WASHINGTON ITY OF KENT NAMED AS ADDITIONAL INSURED FOR GL&AL COVERAGES,BUT ONLY AS RESPECTS WORK PERFORMED BY OR ON BEHALF OF THE NAMED INSURED SUCH INSURANCE AFFORDED SHALL BE PRIMARY INSURANCE AND ANY INSURANCE CARRIED BY CERTIFICATE HOLDER&ADDITIONAL INSURED SHALL BE EXCESS AND NOT CONTRIBUTORY INSURANCE FOR GENERAL LIABILITY COVERAGES SEVERABILITY OF INTEREST/CROSS LIABILITY WORDING IS INCLUDED FOR GL&ALCOVERAGES CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn NancyYoshitake THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE of Marsh Risk&Insurance Services David Denihan ,tQjf,410-aj.;11r1Wi ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER BAP 5965893 03 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement This endorsement identifies person(s) or organization(s)who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form This endorsement does not alter coverage provided in the Coverage Form This endorsement changes the policy effective on the inception date or the policy unless another date is indi- cated below Endorsement Effective 411111 Countersigned By Named Insured AECOM Technical Services, Inc Authorized Representative) SCHEDULE Name of Person(s) or Organrxation(s): ONLY THOSE WERE REQUIRED BY WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement) Each person or organization shown in the Schedule is an "insured"for Liability Coverage, but only to the extent that person or organization qualifies as an 'insured" under the Who Is An Insured Provision contained in Section If of the Coverage Form 6 6 F h i 3 Copyright, Hawaii Insurance Bureau, Inc , 1999 Includes copyrighted material of the Insurance Services Office, Inc , with its permission CA 1028 (2-99) CA 20 48 02 99 Copyright, Insurance Services Office, Inc , 1999 Page 1 of 1 POLICY NUMBER GLO 5965891 03 COMMERCIAL GENERAL LIABILITY C G 20 26 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(sl Or Oraanization(sl ONLY THOSE WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above,will be shown in the Declarations Section II —Who Is An Insured is amended to in- omissions or the acts or omissions of those acting on clude as an additional insured the person(s) or or- your behalf ganization(s) shown in the Schedule, but only with A. In the performance of your ongoing operations, respect to liability for "bodily injury", "property or damage" or "personal and advertising injury" B. In connection with your premises owned by or caused, in whole or in part, by your acts or rented to you CG 20 26 07 04 Copyright, ISO Properties, Inc , 2004 Page 1 of 1 UNIFORM REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENT W•S XINGTGN This form must ;be printed on cherry paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator- Toby Hallock Phone (Originator)- 5536 Date Sent: 12/14/11 Date Required 12/21/11 Return Signed Document to Nancy Yoshitake CONTRACT TERMINATION DATE: 12/31/12 VENDOR NAME: AECOM Technical Services, Inc DATE OF COUNCIL APPROVAL: 12/13/11 Brief Explanation of Document- The attached agreement is for AECOM to provide design services and bid documents for the Boeing Levee Retaining Wall project For a summary, seethe attached from Toby Hallock r _ � r 41iaCc'; o1 1ha `° '3 All Contracts Must Be Routed Through the Law Department (This Area to be Completed By the Law Department) Received: Approval of Law Dept � I Law Dept Commen s' DEC' 1 4 C0�) LKEENTLM DEPT. Date Forwarded to Mayor: ( / � l U Shaded Areas to Be Completed by Administration Staff Received: Recommendations & Comments: V, Disposition: tIj s ,r Date Returned: Cl vi _ lage5870_templatebase • 2/07