Loading...
HomeMy WebLinkAboutPW11-289 - Original - AMEC Earth & Environmental, Inc. - 64th Ave S. Channel Improvements Geotechnical Related Services - 10/08/2011 =F� Records Maj-%W� -� eme'n KENT WA=„,„OroN == 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: AMEC Earth & Environmental, Inc. Vendor Number: JD Edwards Number q Contract Number: Pw ( I - v2 8 1 This is assigned by City Clerk's Office Project Name: 64th Ave. S. Channel Improvements Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 10/8/11Term!nation Date: 12/31/12 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Fielding Department: Engineering I Detail: (i.e. address, location, parcel number, tax id, etc.): Conduct geotechnical and related services for the project. Gnu, 10�y��� s Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 4000, KENT WA5MINGTON CONSULTANT SERVICES AGREEMENT between the City of Kent and AMEC Earth & Environmental, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and AMEC Earth & Environmental, Inc. organized under the laws of the State of Washington, located and doing business at 11810 North Creek Parkway N., Bothell, WA 98011, Phone: (425) 368-1000/Fax: (425) 368-1001, Contact: James Dransfield (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 conduct geotechnical and related services for the 64th Avenue South Channel Improvements project. For a description, see the Consultant's September 7, 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, 2012. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Nineteen Thousand, One Hundred Sixty Dollars and twenty one cents ($19,160.21), 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 i required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. i 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, x 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 1 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 r 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 ; A 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. i 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. i 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 z 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: CITY OF KENT: By: By: gnature) (signature) Print Name: cx i an e: Suzette Cooke Its [1A1�: / If � t� Its Ma or r� (tale) DATE: DATE: /o/B A/ NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: James Dransfield Timothy J. LaPorte, P.E. AMEC Earth & Environmental, Inc. City of Kent 11810 North Creek Parkway N. 220 Fourth Avenue South Bothell, WA 98011 Kent, WA 98032 (425) 368-1000 (telephone) (253) 856-5500 (telephone) (425) 368-1001 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: I 1 Kenk Law Department AMEC-W Channel/Fielding 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 Z3 day of `�T'' , 2011 . For:— M6[LV, Munlho i Rman VeSwcec bwtvr Title: Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 t i 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. i 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 AMEC Earth & Environmental, Inc. Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as 64th Ave. S. Channel Improvements that was entered into on the October 8. 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 day of �� , 201.3 By: For: A 6G F.a..-h- A, 6Av C. . Title:fa, azs Date: EEO COMPLIANCE DOCUMENTS - 1 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 120 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 r EXHIBIT A airecO September 7, 2011 Proposal No. 91 P-21513 I City of Kent Public Works Engineering 220 Fourth Avenue South Kent, Washington 98032 Attention: Mr. Garrett Inouye, P.E. Subject: Proposal for Geotechnical Investigation 64th Avenue South Channel Improvements Kent,Washington Dear Garrett: At your request, AMEC is pleased to submit this scope of work and budget estimate to conduct geotechnlcal and related services for the above-referenced project. The contents of this proposal are based on written and verbal Information supplied by you, on our recent site visit, and on our y knowledge of subsurface conditions In the site vicinity. SITE AND PROJECT DESCRIPTION The project site Is comprised of two channel crossings in the drainage channel that parallels the west side of 641h Avenue S; one at the railroad crossing of 64th Avenue S, and the other at the Intersection of S 226th Street and 64th Avenue S. Both existing channel crossings consist of three 60-Inch- diameter concrete culverts with Invert elevations of 21 feet and 22 feet respectively The topographic relief around the channel Is relatively flat-lying with elevations ranging from 30 to 34 feet There is a 25-foot wide paved private entry off of 64th Avenue S drive just south of the 60-foot wide railroad right- of-way. At the S 226th Street intersection with 64th Avenue S, the entrance and exit from S 226th Street consists of single paved lanes separated by a median. Approximately 60 feet west of the channel, there is a paved public trail that parallels the channel In a north-south direction The existing channel is approximately 65 to 70 feet in width and is bracketed by a row of secondary growth deciduous trees (with a scattering of conifer trees) from the south end of the project side to the south side of S 2261h Street. There are a couple of young deciduous trees on the grassy median In S 2261h Street. Vegetation along the slopes of the channel consists of blackberry bushes, Ivy, and AMEC Earth&Environmental,Inc. r 11810 North Creek Parkway N Bothell,Washington 98011 a (425)368-1000 Phone (425)368-1001 Facsimile www amec corn P 191P-21513_64th Ave 5 Kent Improvements\Crty of Kent Proposal letters 7_2011 dou grasses. The channel has cat tails and a variety of water grasses. Surface water in the channel runs in a south to north direction. We understand the project Is to replace the existing concrete culvert pipes at each location with bottomless box culverts, supported on grade beam-type strip footings At the railroad crossing, we understand two side-by-side culverts are planned, each approximately 128 feet long by 14 feet wide by 5 feet high Existing ground surface is approximately elevation 32 feet with the bottom of the proposed culvert footing at approximately elevation 19 5 feet to 20 feet At the northern culvert crossing of S 226th Street, two side-by-side culverts each approximately 104 feet long by 10 feet wide by 7 feet high Existing ground surface Is approximately elevation 31 feet with the bottom of the proposed culvert footing at approximately elevation 19 feet Based on review of geologic maps and recent subsurface information developed in the region, the soils beneath the site are most likely comprised of floodplain (overbank and backwater pond) and channel deposits interfingered with deltaic deposits consisting of silty sands, sandy silts, clayey silts and peat, and andesitic sands In the vicinity of the channel, there may be a layer of recent alluvium, with possible organics Groundwater probably Iles at depths on the order of 10 to 15 feet below existing grades, associated with the regional groundwater levels. Given these likely subsurface conditions,we anticipate that shallow foundations may adequately support the culvert structure However, the Kent Valley soils are susceptible to liquefaction-Induced settlement Depending on the extent of compressible or liquefiable soils encountered, as well as sensitivity of the road and railroad crossings to settlement, localized overexcavatlon and/or a pile supported foundation might be required. SCOPE OF WORK The following scope of work and budget estimate Is for AMEC Earth & Environmental, Inc. (AMEC) to provide geotechnlcal and related studies. Based on our understanding of the project and on our expectation of subsurface conditions at the site, we Infer that our evaluation will need to address the following • Characterizing soil conditions to a depth of 25 to 45 feet below ground surface, for culvert design purposes; and • Determining the local groundwater depth, for dewatering and drainage design purposes. To address these geotechnlcal issues, we propose a scope of work comprising a field exploration, laboratory testing, geotechnlcal engineering analyses, and report preparation. Our specific tasks are AMEC Earth &Environmental, Inc Project No 10PROP 0010 0159 2 P 191 P-21513_64th Ave S Kent Improvements\City of Kent Proposal letter 9 7_2011 docx described in the following sections. This scope of work does not include environmental sampling and testing if contaminated soils are encountered, but we could provide these services if requested. Field Exploration We propose to explore surface and subsurface conditions by reconnoitering the site and by advancing four borings, at strategic locations along the culvert alignments. Specifically, at the railroad crossing, we will advance one boring each on the southeast and northwest corners of the proposed culvert, outside of the roadway and paved trail surfaces. For the S 226th Street crossing, we will advance one boring each on the southwest and northwest corners of the proposed culvert to avoid drilling in 641h Avenue S. We tentatively estimate that exploration depths on the order of 25 to 45 feet below existing grades will be adequate to characterize soil and groundwater conditions However, if the actual depth to bearing soils is found to be significantly greater than anticipated, additional exploration depths might be necessary; in this event, we will notify you before continuing with our exploration. Our specific field exploration procedures and components are described in the paragraphs below: Reconnaissance: Our site reconnaissance will be performed by an AMEC geologist or geotechnical engineer, who will walk the site to observe surface conditions. The purpose of this reconnaissance will be to collect information regarding any features that could affect the proposed development.We will record our observations by means of notes, sketches, and/or photographs. Borinas: Our borings will be advanced with a hollow-stem auger, using a truck-mounted drill rig operated by an independent firm working under subcontract to AMEC Throughout the drilling operation,soil samples will be obtained at 21/2- or 5-foot depth intervals by driving split-spoon samplers in accordance with the Standard Penetration Test procedure (American Society for Testing and Materials [ASTM] D-1586) or similar method. An experienced geologist or geotechnical engineer from AMEC will continuously observe the borings, log the subsurface conditions, collect representative soil samples, and transport all samples to our laboratory for further visual examination and testing. After drilling, each borehole will be backfilled with a mixture of soil cuttings and bentonite, then the surface will be patched with concrete or asphalt (where appropriate). No wells will be installed during the drilling process. Instead the groundwater level at the time of drilling will be noted. Field Coordination: Before drilling and digging, we will request the local utility locating service to mark any underground utilities at each exploration location, but additional assistance from the City of Kent might be needed to identify all underground utilities. Upon arrival at the site, we assume that our equipment and crew will be given ready access to the work locations and that any necessary permits or rights-of-entry will have been obtained in advance by the City of Kent. During our field exploration, I we will minimize disruption of ongoing business activities at the site. During our field exploration, we AMEC Earth & Environmental, Inc. Project No 10PROP 0010 0159 3 P 191 P-21513_64th Ave 5 Kent Improvements\City of Kent Proposal letter_9 7_2011 docx - 9 do not anticipate that we will need licensed flaggers to maintain two-way traffic flow along S 226th Street or 64th Avenue S. Also, we do not anticipating working in the railroad right-of-way however, it will be necessary to cross through the railroad right-of-way to access the northern borehole at this location. t Site Restoration We will exercise due care while working at the site, but It should be noted that some surface disturbance Is unavoidable. These disturbances could include tire rutting, soil mounds, bare spots, slight subsidence, pavement rugosltles, and/or soft areas. Although we perform general clean- up and restoration tasks before leaving the site, complete restoration of these disturbed areas is not Included In our scope of work. However, all drill cuttings will be removed from the drill sites and disposed of off-site. Laboratory Testing We propose to conduct a series of geotechnical laboratory tests on selected soil samples obtained from our explorations to evaluate the engineering and Index properties of the site soils These tests will likely Include moisture content determinations, and gram-size analyses on split spoon samples obtained during drilling, as well as grain size testing on larger bulk samples representative of the channel bottom. We normally store all samples for about 30 days after testing has been completed then discard them, unless prior arrangements are made for longer-term storage. Geotechnical Review and Analysis To supplement our field exploration and laboratory testing programs, we propose to review various sources of geotechnical Information concerning the project site These sources will likely Include geologic maps, seismologic literature, and other published documents Any available soil logs and laboratory test results associated with previous subsurface explorations performed on or near the site will also be reviewed. We will subsequently analyze all field exploration data, laboratory testing data, and research findings to develop conclusions and recommendations concerning the geotechnical aspects of the project. Report Preparation l After analyzing the site conditions, we will prepare a Geotechnica/Engineering Reportfor the project. l Our report will include the following specific Items: • Site plan showing approximate exploration locations; i • Descriptive logs of subsurface explorations; • Results of field and laboratory tests; AMEC Earth & Environmental, Inc Project No 10PROP 0010 0159 4 P 191 P-21513_64th Ave S Kent Improvements\City of Kent Proposal letter-9 7_2011 docx ame& • Description of surface, soil, and groundwater conditions; • Conclusions regarding suitable types of foundations; • Conclusions regarding options for dewatering and shoring; • Conclusions regarding on-site liquefaction potential; , • Recommended seismic design parameters, including 2009 IBC Site Class; • Recommendations for site preparation, dewatering and shoring, • Allowable bearing pressures for foundations; • Estimated total and differential settlements of foundations; • Design criteria for lateral earth pressures on headwalls or temporary shoring; • Recommendations concerning structural fill, including streambed gradations using WSDOT standard specifications, • Recommendations for construction monitoring; • Explanation of report limitations; and • Recommendations for further geotechnical study, if warranted. Unless you request otherwise, we will initially submit three draft copies and one electronic copy of our geotechnical report for review and comment by you and other design team members. We will then submit five final (signed and stamped) copies and one electronic copy that address the review comments. Post-Report Consultation After submitting our report, we will be available for consultation regarding the geotechnical and hydrogeological aspects of the project. This typically Involves written correspondence, telephone conversations, and meetings with the owner and design team; supplemental analyses due to design changes; and preliminary or Informal reviews of design details, plans, and specifications. Although the actual level of our involvement cannot be accurately predicted, we anticipate that 8 hours of AMEC Earth & Environmental, Inc Project No 10PROP 0010 0159 5 P\91 P-21513_64th Ave S Kent Improvements\City of Kent Proposal letter_9 7_2011 docx involvement by our project manager would accommodate most of the basic project needs and some of the supplemental design needs SCHEDULE Upon receiving authorization to proceed with our evaluation, we can likely begin our fieldwork within one week, contingent on subcontractor availability The fieldwork will require about one to two days, and laboratory testing about 10 days after drilling Report preparation will require approximately two weeks after receiving lab testing results. Consequently, we will submit our draft report about 5 weeks after your authorization We anticipate a four-week period for post-report consultation, review of draft report and completion of a final report Based on these assumptions, our schedule is summarized as follows. Completion of Drilling and Lab Testing - 3 weeks after Notice to Proceed Completion of Draft Geotechnical Report—5 weeks after Notice to Proceed City Review of Draft Report—7 weeks after Notice to Proceed Completion of Final Geotechnical Report—9 weeks after Notice to Proceed. COST ESTIMATE AMEC services will be performed on a time-and-expenses basis, using a cost plus fixed fee form of contract Our fee estimate is presented as Exhibit A, attached The actual distribution of labor hours per category may vary from the estimate. If adverse conditions arise during our evaluation, we will inform you as soon as possible and will perform no work beyond the authorized scope without your approval. Post-report services such as plan reviews, meetings, supplemental analyses, or construction monitoring would be billed on an hourly basis in addition to this budget r AMEC Earth &Environmental, Inc. Project No 10PROP 0010 0159 6 P 191 P-21513_64th Ave S Kent Improvements\City of Kent Proposal letter-9 7_2011 docx aineO CLOSURE We appreciate the opportunity to submit this proposal, and we look forward to working with you on this project. We understand this scope of work and exhibits would be incorporated Into a City of Kent consultant agreement Please understand that the authorizing organization assumes ultimate responsibility for payment of our services. If you have any questions or need additional information, please do not hesitate to call. { Sincerely, ` AMEC Earth & Environmental, Inc. James S. Dransfield, P E. Principal Geotechnical Engineer Reviewed by. Carlo F Evangelisti, P E. Senior Geotechnical Engineer Enclosures: Exhibit A—Summary of Costs i F AMEC Earth & Environmental, Inc. Project No 10PROP 0010 0159 7 P 191 P-21513_64th Ave S Kent Improvements\City of Kent Proposal letter-9 7_2011 docx s amec* EXHIBIT A- SUMMARY OF COSTS ' 64th Avenue South Channel Improvements Kent, Washington DIRECT SALARY COST(DSC)' Task Classification(AMEC Class Code) Hours x Hourly Rate = Cost Task Total Senior Principal(622 to 624) 14 $69 95 $979 30 Principal(618 to 621) 0 $60 90 $0 00 Associate (617) 21 $45 40 $953 40 Senior Project Engineer(616) 50 $41 62 $2,081 00 Senior Project Geologist(615) 0 $41 06 $0 00 Project Engineer/Geologist(614) 0 $37 28 $0 00 Senior Staff Engineer/Geologist(613) 0 $32 10 $0 00 Staff Engineer/Geologist(611 to 612) 0 $28 63 $0 00 h CAD Drafting(516) 5 $28 98 $144 90 Word Processing (806) 5 $17 89 $89 45 Clerical(805 to 807) 2 $19 79 $39 58 TOTAL DSC 97 $4,287 63 OVERHEAD COST(OH COST-including salary additives): OH Rate of 1 837 x DSC 1 837 x $4,287 63 = $7,876 38 DSC+OH $12,164 01 FIXED FEE(FF): FF Rate of 0 10 x(DSC+OH) 0 1 x $12,164 01 = $1,216 40 REIMBURSABLES: Field Expenses(mileage,equipment,etc) $177 50 Laboratory Testing* $935 00 Drilling Subcontractor* $4,667 30 Cone Probe Subcontractor* $0 00 Traffic Control Subcontractor* $0 00 TOTAL REIMBURSABLES = $5,779 80 TOTAL $19,160 21 *includes 10%markup 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. The City shall be named as an Additional Insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. i B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single it for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers ` Insurance is to be placed with insurers with a currant 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 Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. -1 PIT DATE(MMIOD/YYYY) AFRO CERTIFICATE OF LIABILITY INSURANCE 09202011 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 pollcy(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 endorsement(s) PRODUCER CONTACT C AOn Risk Services Northeast, Inc. PHONE AME FA% Parsippany N1 office (AIC No Exit (866) 283-7122 aC (847) 953-5390 10 Lamdex Center west E-MAIL O P 0 Box 608 ADDRESS = Parsippany N1 07054-0608 USA INSURER(S)AFFORDING COVERAGE NAICp INSURED INSURER A Zurich American Ins CO 16535 AMEC Earth & Environmental, Inc INSURER American Zurich Ins CO 40142 11810 North creek Parkway N , Bothell WA 98011 USA INSURER INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER:570043789404 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 Limits shown are as requested INSR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDDIYYYY MMIDD/YYYY LIMITS A GENERAL LIABILITY GLO EACH OCCURRENCE $1,000,000 T COMMERCIAL GENERAL LIABILITY DAMAGE $100,000 PREMISES Es occunence CLAIMS-MADE x OCCUR ME D EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 m GEN L AGGREGATE AP UMIT PLIES PER PRODUCTS-COMPfOP AGG $2,000,000 v ECI POLICY X PRO X LOC O A AUTOMOBILE LIABILITY BAP948314 -0 05/01/201105/01/2012 COMBINED SINGLE LIMIT u eM $1,000,000 Ix ANY AUTO SOD ILY INJURY(Per person) O Z ALL OWNED SCHEDULED BODILY INJURY(Per accident) d AUTOS AUTOS HIRED AUTOS % NON OWNED PROPERTY DAMAGE U AUTOS (Per accident) O) UMBRELLA L" H OCCUR EACH OCCURRENCE t.> EXCESS LIAR CLAIMS-MADE AGGREGATE DED I RETENTION B WORKERS COMPENSATION AND wc350486610 05101 2011 05/01/2012 WC S-Aru OTH EMPLOYERS LIABILITY YIN Y` TORY LINT ITS ER ANY PROPRIETOR,PARTNER I EXECUTIVE EL EACH ACCIDENT $1,000,000 OFFICERIMEMEER EXCLUDED' ENIA ' (Manaatory m NH) EL DISEASE-EA EMPLOYEE $1,000,000 ryes describe urd.r 5 DESCRIPTION OF OPERATIONS below E L DISEASE POLICY LIMIT S1,000,600 a DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES II ACORD 101,AEOalonal Remarks SeheEWe,If more spaee Is mgmn0l Project No 1917172920, Project Geotechnical Investigation, 64th Ave S, Channel Improvements, Kentl Washington Estimated Contract Price $19,160 21, Project Completion Date 12/31/2012 where Required by written contract, CT ty of Kent is included ii;: as additional insured with respect to the General Liability and Auto Liability policies General Liability and AUTO Liability =41r, evidenced herein is primary and non-contributory to other insurance available to an additional insured, but only to the extent L-- required by written contract with the insured See attached Endt Roe CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE - EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS - City of Kent AUTHORIZED REPRESENTATIVE 400 west Gowe, _ Kent, WA 98032 USA �s .d�oltJ a ® 9 1 ©l988-2010 ACORD CORPORATION All rights reserved ACORD 25(2010106) The ACORD name and logo are registered marks of ACORD Additional Insured— Automatic —Owners, Lessees Or Contractors ZURICH Pohc No Expi Date of Pal Eff Date of End Agency No Add'1 Prem Return Prem GL0337359910 OS/01/2012 05/01'2011 $ $ THE ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Amec USA Holdings,Inc. Address(including ZIP Code): This endorsement modifies insurance provided under the Commercial General Liability Part A Section II-Who Is An Insured is amended to include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property z damage"or"personal and advertising injury" covered under Section I-Coverage A, Boddv Injury And Property Damage Lial ihq and Section 1-Coverage B-Personal And Advertising Injury Liability,but only with icspect to " liability for 'bodily nijury",'property damage"or"personal and advertising injury"caused,in whole or in part by 1 Your acts or omissions or 2 The acts or omissions of those acting on your behalf,and resulting directly from a Your ongoing operations,performed for the additional insured at the location designated and described m the Schedule,or b "Your work" completed as included in the 'products-completed operations hazard", performed for the additional insured,which is the subject of the written contract or agreement C. However,regardless of the provisions of paragraphs A and B above 1 We will not extend any insurance coverage to any additional insured person or organization a That is not provided to you m this policy,or b That is any broader coverage than you are required to provide to the additional insured pet son or organization in the written contract or written agreement and 2 We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of a The Limns of Insurance provided to you in this policy,or b The Limits of Insurance you are required to provide in the written contract or written agreement t U-GL-1175-3 C W(32007) Page I oft Includes copyrighted material of Insurance services Office,Inc w nh ils permission I Agent Copy D The insurance provided to the additional insured person or organization does not apply to "Bodily injury","property damage"or"pcisonal and advertising injury"arising out of the rendering or failure to render any professional architectural,engineering or surveying services including I The preparing,approving or failing to prepare or approve maps,shop drawings,opinions,reports,surveys, field ciders,change orders or drawings and specfieatiors,and 2 Supervisory,inspection,architectural or engineering activities E The additional insured person or organization must see to it that 1 We arc notified as soon as practicable of an"occurrence"or offense that may result in a claim, 2 We receive written nonce of a claim or"suit"as soon as practicable,and 2 A request for defense and indemnity of the claim or 'suit'will promptly be brought against any policy Issued by another insurer under which the additional insured may be an insured in any capacity This provision does not apply to insurance on which the additional insured is a Named Insured,if the written contract or written agreement requires that this coverage be primary and non-contnbutory F With respect to the insurance provided by this endorsement I The following paragraph is added to Paragraph 4 a of the Other insurance Condition of Section IV — Commercial General Liability Conditions This insurance is primary insurance as respects our coverage to the additional Insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contnbutory In that event, we will not seek contribution from any other mstuance policy available to the additional insured on which the additional insured person or organization is a Named Insured 2 The following paragraph 4 b of the Other Insurance Condition of Section IV—Commercial General Inability Conditions- This insurance is excess over Any of the other insurance,whether primary,excess contingent or on any other basis,available to an additional insured,in which the additional insured on our policy IS also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same 'occurrence',claim or"suit" This provision does not apply to any policy in which the addmoral insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written U-0L-1175-B CW(32007) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc,with its Penniss,on Agent Copy REQUEST FOR MAYOR'S SIGNATURE KENT Please Fill in All Applicable Boxes WASHINGTON Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator . / r� Phone (Originator): Date Sent f27, 2611 Date Required: 2D/l Return Signed Document to, /y�nc Yr�, CONTRACT TERMINATION DATE:,),,c, VENDOR NAME: (+� DATE OF COUNCIL APPROVAL: Ocf ¢ 2011 tnt Brief Explanation of Document �� � � � � � c4.✓ ,Grit v�txJ' ..,�-rY1, /v"� F�tl, � �icv�nYr�n a 64c, 7ZJ 7"A GQn �rt^e, !, fhti.,•w/ LTw tcMC.uRa7� rd'°Jett �Fy�d �roi�lit r� u�rra� Ya ZeL X cc c/✓err ,r sc All Contracts Must Be Routed Through the Law Department (This Area to be.Campleted By the Law Department) HP 2 8 2011 Received: RECEIVE City of Kent Appi oval of Law Dept . 5EP + 7 2011 Office of the Mayor Law Dept. Comments: KEN. LAW DEPT, Date Foiwarded to Mayor. I �� Shaded Areas to Be Completed by Administration Staff OCT 05 2011 Received- Recommendations & Comments• + _ 2011 Luj Disposition: IC��O f� L J/�l<C� �� �fl/2 ��ll �l.� C✓�C�Z CIFVOj i E'r`T Cif �I ERK Date Returned. Ia&W/0 • 3/05