Loading...
HomeMy WebLinkAboutPW13-029 - Original - GEI Consultants, Inc. - Briscoe-Desimone Levee Engineering Services - 03/12/2013 Records Management KENT Document rVhS H I NGTON tl r .r, CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: GEI Consultants, Inc. Vendor Number: JD Edwards Number Contract Number: ,f)i.e)13-00 This is assigned by City Clerk's Office Project Name: Briscoe-Desimone Levee Setback Floodwall Design Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: -3- is-113 Contract Effective Date: Date of the Mayor's signature Termination Date: 3/1/14 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Ken Langholz Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide engineering services for reaches 2, 3, and 4 of the project. CWI�—S— �3 S•Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT WA541NGTOf. CONSULTANT SERVICES AGREEMENT between the City of Kent and GEI Consultants, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GEI Consultants, Inc. organized under the laws of the State of California, located and doing business at 180 Grand Ave., Suite 1410, Oakland, CA 94612, Phone: (510) 350-2900/Fax: (510) 350-2901, Contact: Alberto Pujol (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide engineering services for the Briscoe-Desimone Levee Setback Wall Design 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 March 1, 2014. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Six Hundred Eight Thousand, Two Hundred Twenty Three Dollars ($608,223.00), 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 Exhibits A and B. CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment CONSULTANT SERVICES AGREEMENT - 2 (Over $10,000) Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's willfully wrongful acts of negligent performance of this Agreement. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit C 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 9 P 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 b a duly authorized representative of 9 9 9 9 Y Y the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: IPSu AM C- CITY OF KENT- By: By: (sign ture (signature) Print Name A Pri76ar Suzette Cooke Its 6CL fte0d&T It Mayor title DATE: M01 01A i zat3 DATE: 3 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Alberto Pujol Timothy J. LaPorte, P.E. GEI Consultants, Inc. City of Kent 180 Grand Ave., Suite 1410 220 Fourth Avenue South Oakland, CA 94612 Kent, WA 98032 (510) 350-2900 (telephone) (253) 856-5500 (telephone) (510) 350-2901 (facsimile) (253) 856-6500 (facsimile) APPR VED AS TO FOR Kent Law Department GEI-Bmme-De move Levee 3/Langholz CONSULTANT SERVICES AGREEMENT - 5 (Over $10,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. i 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 day of Irl a , 2013. By: --79 For: &ET NSU PA, �Y1G Title: Vl tlt. Date: Martin 71 2613 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 b y the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 20 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A U February 27, 2013 GE I C,,su,tants Mr. Ken Langholz City of Kent Public Works Department 220 Fourth Avenue South Kent, WA 98032 Re- Proposal for Engineering Services Briscoe-Desimone Levee Setback Floodwall Design, Reaches 2,3 and 4 City of Kent, Washington Dear Mr. Langholz: We are pleased to submit this proposal to provide engineering services for Reaches 2, 3 and 4 of the Briscoe-Desimone Setback Floodwall Design Project on the right bank Green River levee between the South 1801h Street bridge (downstream end at River Mile 14.3) and the South 200 th Street bridge (upstream end at River Mile 17.0). Our proposed scope of work is based on our conversations and correspondence with you in October and November 2012. We initially submitted a proposal addressing all four reaches (Reaches 1 through 4) on November 29, 2012. Following up on direction you provided on February 13, 2013, we have revised the proposal to limit the design services to Reaches 2, 3 and 4 at this time. The proposed scope and budget for Reaches 2, 3 and 4 are described below PROJECT UNDERSTANDING The City of Kent(City) has initiated an engineering evaluation and certification process for the levees along the right bank of the Green River, with the overall objective of obtaining Federal Emergency Management Agency (FEMA) accreditation of the levee in its Flood Insurance Rate Maps (FIRMS) for the area. The City has divided the levees along the right bank into six levee reaches. and accreditation packages have already been prepared and submitted to FEMA. The Briscoe-Desimone Levee has a length of approximately 2.7 miles, of which about 1.2 miles are within the City of Tukwila and 1.5 miles are within the City of Kent. The levee has never been accredited by FEMA The levee protects land uses mainly consisting of large-scale industrial and commercial properties. A FEMA accreditation package for the Briscoe-Desimone Levee was prepared by GeoEngineers Inc of Tacoma, WA Because of the high asset value and critical nature of the facilities protected by this levee, the City retained GEl to prepare an independent evaluation and stand-alone FEMA Accreditation report. www geiconsultants com GEI Consultants,Inc 180 Grand Avenue,Suite 1410,Oakland,California 94612 510 350 2900 tax 510 350 2901 Mr. Ken Langholz February 27, 2013 Both GeoEng ineers and GEI identified four reaches of the levee that should be modified to meet the minimum freeboard requirement and stability factor of safety under rapid drawdown conditions. The reaches are identified as follows. ■ Reach 1 (Sta. 764+25 to Sta. 772+50) ■ Reach 2 (Sta. 815+50 to Sta. 822+00) ■ Reach 3 (Sta 844+00 to Sta. 864+00) ■ Reach 4 (Sta 895+00 to Sta. 897+00) Both reports recommended that levee modifications for these reaches involve installing a setback sheetpile wall along the landward toe of the existing levee. The space between the sheet pile wall and the existing embankment would be filled, and the Green River pedestrian and bike trail would be relocated on top of the fill This approach does not address instability along the existing riverbank. Rather, it is designed to hold back the flood even after a considerable amount of soil is lost riverward of the wall due to sloughing. After significant sloughs, the riverbank would still need to be repaired to prevent future additional sloughing and instability. This approach is consistent with regional objectives of minimizing environmental impacts on the Green River and maintaining the pedestrian and bike trail as a key recreational amenity and access route. The goal of this project is to advance the preliminary design presented in GEI's draft FEMA Accreditation Report and to prepare final construction documents for the setback sheetpile walls It is our understanding that the City envisions funding and constructing the improvements in phases, with the first phase consisting of Reaches 2, 3 and 4 The scope of services and associated budget presented in this proposal are for Reaches 2, 3 and 4. SCOPE OF WORK Based on our understanding of the project objectives,we have structured the proposed scope of work into the following tasks. 1. Site Visit and Kickoff Meeting 2. Review of Existing Information 3. Supplemental Subsurface Explorations 4. Geotechnical Evaluations 5. Groundwater Evaluations 6. Corrosion Evaluation 7 Floodwall Structural Analyses 8. Floodwall-Levee Transition Zones 9. Ramps and Stairways Design 10 Design Memorandum I I Floodwall Drawings 12 Specifications 2 Mr. Ken Langholz February 27, 2013 13. Project Management and Coordination The task scope, deliverables, and major assumptions are summarized below. 1. Site Visit and Kickoff Meetine—We propose to perform a two-day site visit to observe the existing conditions along the proposed floodwall alignment and to attend a project kickoff meeting with the City. The purpose of our site visit and meeting with the City includes the following activities: • Identify buildings or other structures that may be impacted by sheet pile installation vibrations. • Identify overhead utilities or other structures along the proposed sheet pile alignment that could interfere with sheet pile installation or other aspects of floodwall construction. • Identify vegetation and landscaping features that could complicate floodwall installation or other construction activities. • Review proposed vehicle access ramp, pedestrian access ramp,and stairway locations to identify potential design or construction constraints. • Review planned locations for transition zones between levee embankment and floodwall sections to identify possible design or construction constraints. • Review and identify locations and site access for additional subsurface explorations. • Meet with the City to discuss our observations, gather data from the City relevant to the project and identify additional information that may be required to complete the design. During the kickoff meeting we also intend to: • Re-introduce key project personnel and re-establish connections between GET and City personnel. • Review the scope in detail and confirm or refine the overall project schedule and deliverable expectations. Deliverable: Meeting minutes. 2. Review of Existing Information—Based on the results of our site visit, additional information may be required to develop the floodwall design and construction documents, such as as-built drawings for nearby buildings, utilities, and other structures or information from adjacent commercial building owners regarding equipment or processes that may be sensitive to construction vibrations or noise. As a cost saving measure, we assume that GET will provide a list of the required information to the City and that the City will collect the information and provide it to GET for review We have not included scope or budget for collecting additional information or contacting building owners, but we can provide additional scope and budget for these services if desired by the City We understand that the buildings along the floodwall alignment are likely to be founded on structural mat foundations and not on individual spread footings or pile foundations Based on our previous site visits, we understand that the buildings along the alignment are in relatively good condition. We have prepared our scope and budget assuming that structural assessment 3 Mr Ken Langholz February 27,2013 of individual buildings is not required. If our site visit or review of information for individual buildings indicates that building foundation types or conditions are significantly different than anticipated, we will prepare a scope and budget for further building evaluations if required. Deliverable: List of documents reviewed and relevant findings to be included in the Design Memorandum prepared under Task 10 below. 3. Supplemental Subsurface Explorations—We will perform a supplemental subsurface exploration program to refine the characterization of the levee and foundation materials and groundwater conditions to aid in the engineering evaluations. In the preparation of our scope, we have assumed that the City will facilitate the work by performing the following activities: • Facilitate timely entry to all areas of the project for site visit and exploration purposes. Our current scope does not include establishing right-of-entry agreements or other right- of-way services. • Obtain City and/or County permits (if any are needed) for explorations. • Obtain all necessary environmental clearances (if any are needed) for the proposed exploration sites and activities Soil Borinas USACE Engineering Circular(EC) It 10-2-6066, Design of I-Walls prescribes a number of closely spaced borings with an extensive laboratory testing program to provide a high level of confidence in the geotechnical parameters for design and constructability of[-walls. To date, the borings performed along the levee alignment were performed for the purposes of evaluating the existing levee embankment for accreditation. For typical sheet pile design projects, the data collected from these borings may be considered suitable for design, but the sampling and laboratory testing performed for accreditation do not meet the minimum requirements established by USACE specifically for I-wall design. Given the prescribed boring depths and the extensive laboratory testing requirements in the EC,the borings performed to date would be used primarily for defining the soil stratigraphy, and additional borings are required to collect the minimum data required specifically for I-wall design. The spacing and depth requirements are provided in Table 5-1 (Chapter 5) of the EC. To satisfy the boring spacing requirements in Table 5-1,we propose a maximum spacing between the new borings of 500 feet or less, and we propose locating the new borings so that the average spacing between all borings, including the previously drilled borings, is about 300 feet or less As result, we propose drilling 10 new borings to satisfy the spacing requirements. This task will begin with the preparation of a Field Exploration Work Plan which will outline exploration locations, depths, types of samples, methods for geotechmcal test borings, and laboratory index testing of collected soil samples. A draft work plan will be issued to the City for review. Review comments will be incorporated into a final work plan. We assume we will drill up to 10 conventional borings at depths up to 70 feet to supplement the existing information We have assumed that drill cuttings can be dispersed over the ground next to the drill hole and raked in with the surficial soil Off-site disposal of cuttings is not included. We will transport soil samples to a laboratory for testing on selected samples. 4 Mr. Ken Langholz February 27, 2013 The number, depths, and technique for the borings may change based on observations made during our site visit and in the course of the drilling program. Laboratory Testine and In-situ Testing Table 5-2 of the EC includes mandatory requirements for soil strength, consolidation, permeability, and index testing Our proposed program will comply with the laboratory testing requirements in the EC except for the requirement for laboratory permeability testing of granular soils. In our opinion, in-situ permeability testing using borehole permeability testing is more appropriate for determining the soil permeability for design in the variable alluvial deposits that exist along the floodwall alignment. Laboratory permeability testing only represents the permeability of the discrete sample collected and may not be representative of the soil layer being considered for design. In-situ testing of granular materials is supported by the text in Chapter 5 of the EC. The EC acknowledges that"because of the difficulty in obtaining undisturbed samples of coarse-grained soils" permeability is difficult to accurately determine in the laboratory and states "in situ tests such as pump tests or lag tests can give more accurate estimates of the permeability of granular soils." The number and type of required laboratory tests to be performed varies depending on the type and thickness of soil layers encountered in each boring. For budgeting purposes. we assumed the following laboratory tests will be performed on samples collected from each boring• • Two consolidated undrained (CU)triaxial tests • Two unconsolidated undrained (UU)triaxial tests. • Four specific gravity tests. • Four Atterberg limits • Two consolidation tests. • Four sieve analyses. z In addition, we assumed that the laboratory permeability tests would be replaced with two borehole permeability tests or slug tests per boring. Geotechnical Data Report Addendum Upon completion of the subsurface explorations and laboratory testing, we will prepare a memorandum summarizing the data collected during the subsurface investigation program. The memorandum will be prepared as an addendum to the Geotechnical Data Report previously prepared by GEI in support of the levee accreditation. Information in this memorandum will include. • Updated geotechnical exploration location plans and profiles, • New boring logs • Field testing results, and • Laboratory testing results. 5 Mr. Ken Langholz February 27, 2013 Deliverables: Field Exploration Work Plan Geotechnical Data Report Addendum 4. Geotechnical Evaluations— We will perform the following geotechnical evaluations: • Global stability, seepage, and settlement analyses on one cross section at each of the three proposed floodwall locations • Global stability and settlement analyses on cross sections for one vehicle access ramp to be constructed landward of the floodwall. We assume that pedestrian access will consist of concrete- or steel-framed structures that will not provide significant loading for global stability. • Sheet pile embedment analyses using soil-structure interaction models on up to two cross sections at each of the three proposed floodwall locations to refine the sheet pile embedment depths from the 35%design. The sheet pile analyses will be performed using the commercial software program WALLAP by GeoSolve. The analyses will be used to estimate the required sheet pile embedment and stiffness for stability. • Floodwall deflections at the cross-sections evaluated to estimate the required embedment. • Pile drivability evaluation using published correlations with SPT N-values to determine the minimum stiffness needed for sheet pile installation. In addition we will contact a sheet pile contractor to assess the sheet pile drivability. We will prepare documentation that will explain our methodology, document selection of geotechnical parameters, document calculations performed, and summarize the results of our evaluations. Deliverable: The documentation for this task will be part of the overall Design Memorandum prepared under Task 10. 5. Groundwater Evaluations—The City has expressed concern that the sheet pile floodwall could cut off groundwater flow to the river and elevate the groundwater table behind the wall, creating wet areas on adjacent properties. The 35% design included leaving the bottom of every third sheet pile pair higher than the rest of the wall to create windows in the wall for the groundwater to pass through. Based on the required embedment depths from 35%design, the shorter sheet piles are expected to penetrate a layer of low-permeability silt and organic soils beneath a layer of upper sandy soils along the floodwall alignment, and the windows in the sheets will generally be below the low-permeability soils If the low-permeability soils are laterally continuous, they may act as a barrier, impeding water in the upper sandy soils from reaching the windows in the sheets. As a result, the 35%design approach of leaving windows in the wall may not be fully effective in keeping the groundwater table from rising In order to evaluate the impact of the floodwalls the characterization of aquifer layers and an evaluation of groundwater flow regimes are necessary. This would require installing piezometers along the levee alignment and at some distance landward of the levee and monitoring the groundwater levels in the piezometers for a period of many months to assess seasonal variability effects. After the groundwater data is collected, additional time would be 6 Mr. Ken Langholz February 27, 2013 required to use the data to build and calibrate a groundwater model. Based on our discussions with the City, we understand that the schedule will not allow adequate time to collect the necessary data to prepare a pre-construction groundwater model. As an alternative approach, we suggest that the City evaluate pre-emptive mitigation and apply an observational approach to identifying and mitigating future groundwater impacts if they arise. We propose to evaluate the cutting of a series of holes in the sheet piles above the elevation of the low-permeability silt and organic soils to allow groundwater to pass through the wall The size and spacing of the holes would be designed so that the effective permeability of the sheet pile walls would be similar to the permeability of the surrounding soils. We have used this approach with success on other projects, but given the variability of the alluv ial soils landward of the walls there is some risk that this approach may not be fully effective. The City will need to be prepared to address localized impacts to groundwater levels in the future, if they arise. This may include characterizing the groundwater flow and designing specific improvements to address impacted properties. We have not included detailed scope or costs for installing piezometers or groundwater modeling in this proposal, but would be pleased to provide a proposal to perform this work if requested by the City at a later date. Deliverable: Groundwater cutoff mitigation evaluation memorandum. 6. Corrosivity Evaluation —Based on conversations with the City and observations of soil conditions in the borings performed for FEMA Accreditation, we understand the soils and groundwater at the site are not likely to be highly corrosive However, we understand that King County has raised concerns about the design I ife of the floodwall We also understand that the City of Kent is looking for a minimum design life of 75 years. We propose to retain a corrosion expert to perform tests on soils samples collected during our drilling program, estimate corrosion rates, and provide corrosion protection design recommendations for the floodwall structure to achieve the minimum design life. We anticipate corrosivity testing will consist of: • Resistivity (ASTM G 57) • pH (ASTM G 51) • Sulfates (ASTM D 516) • Chlorides (ASTM D 512) We anticipate that corrosion protection for the sheet piles will likely consist of sacrificial steel added to the sheet pile cross section. Alternatively additional corrosion protection consisting of applying a protective coating could be considered. Prior to final design, we will provide our corrosion protection recommendations to the City for review and approval. 7 Mr. Ken Langholz February 27,2013 Deliverables: Corrosion Evaluation and Recommendations Memorandum 7. F000dwall Structural Analyses—We propose to perform structural analysis and design for the following structural floodwall elements: • Sheet Pile: For each floodwall section, we will confirm or refine the overall floodwall dimensions (beginning and end stations, and bottom and top elevations). We will estimate the sheet pile size required to resist the loads from our geotechnical analyses, and if required, we will select and evaluate appropriate corner and transition pieces. • Sheet Pile Cap. We will design one typical reinforced concrete sheet pile cap detail to be used for all floodwall sections considering the maximum soil, water, and railing loads. We expect that the concrete cap detail will be similar to the Type A cap detail for the Boeing levee that you provided to us. The connection between the concrete cap and the wall will be designed as recommended in EC 1 l 10-2-6066. • Sheet Pile Wall Concrete Facing- We understand that landside concrete facing will be used for the floodwall sections similar to the Type A facing detail for the Boeing levee floodwall We will evaluate the details shown on the drawings provided to us for use on the Briscoe-Desimone floodwall and, as requested, we will provide form liner alternatives for the City to select the wall finish. • Railings: We assume that railings will be installed along the top of the concrete cap and will be constructed from galvanized steel tubing We will perform a structural evaluation of the railing and provide connection details. • Water Stops and Construction Joints. We will provide details and locations for water stops and construction joints as required in the sheet pile cap and the wall facing. Deliverable: The results of the structural evaluations will be documented in the Design Memorandum prepared under Task 10 below. 8. Sheetpile Wall—Levee Embankment Transition Zones—We will evaluate erosion potential at the transition areas between the setback floodwall and levee embankment section assuming the levee embankment is overtopped, and we will design erosion protection for the levee embankment as required. We assume that erosion protection will consist of either buried riprap or vegetated articulated concrete blocks. Prior to final design, we will provide our recommended erosion protection option to the City for review and approval. Deliverable: The results of the transition zone evaluations will be documented in the Design Memorandum prepared under Task 10 below. 9. Ramps and Stairway Design — We understand that the City plans to construct the following access points: • Vehicle access ramp in Reach 4 near the 2001h Street Bridge, • Pedestrian and handicap access ramp in Reach 3 near Sta 851+00 8 Mr Ken Langholz February 27, 2013 • Pedestrian stairway in Reach 3 near Sta. 862+20 Assuming that the setback floodwall will be designed as a cantilever wall as shown on the 35% design drawings, ramps and stairways must be designed and constructed so that little or no net lateral loading toward the river is applied to the floodwall. We assume that stairways and pedestrian/handicap access ramps will be constructed with reinforced concrete or steel framing and will not significantly load the floodwall, but vehicle access ramps are typically constructed as earth fills and are likely to apply significant net loading to the floodwall. Options for addressing or minimizing impacts of the vehicle access ramps on the sheetpile wall include: • Providingthe floodwall with tiebacks under the ramps in order to resist the applied P PP lateral loading from the ramps. • Providing pile foundations or ground improvement beneath the ramps so that the vertical loading from the ramps is transferred beneath the floodwalls. Our scope and budget includes design of a special floodwall section with a single level of tiebacks at access ramps. We will work closely with the City and our proposed structural subconsultant Shearer Design LLC to select the approach for final design considering the selected ramp locations, right-of-way constraints. ground conditions, cost, and other considerations. For our proposal we have assumed that the City will prepare the geometric design and drawings for the pedestrian stairs and access ramps, with GEI providing recommendations for the foundations and proposed subconsultant Shearer Design providing structural details as required The scope and budget from Shearer Design is attached. Deliverable: The access ramp and stairway designs will be documented in the Design Memorandum prepared under Task 10 below. 10. Design Memorandum —We will prepare a design memorandum providing a brief overview of the floodwall design and documenting our design criteria, assumptions and decisions. The design memorandum will be initially issued with the 60% design submittal to present the floodwall design criteria(water surface elevations, scour assumptions, loading cases, methods of analysis and required safety factors, soil profiles and engineering properties for analysis, etc ) Our design calculations will be included as attachments to the 90% design submittal. Comments will be incorporated into our Issued-for-Approval submission. Deliverables: 60% Design Memorandum; 90% Design Memorandum; Issued-for-Approval Design Memorandum. 11. Floodwall Drawings — We understand that the City would like to use their CAD resources to perform a portion of the drafting. We propose that GEI prepare drawings showing design details and that the City prepares title sheets, note sheets, plan and elevation drawings, geometric arrangement drawings, and other drawings as required GEI will work with the City to provide input to the City's drawings. We propose that drawings prepared by GEI include • Sheet Piling -Typical Sections & Details 9 Mr. Ken Langholz February 27, 2013 • Concrete Cap - Typical Sections& Details • Concrete Facing - Typical Sections & Details • Joint& Waterstop Details • Tiebacks and Wales—Typical Sections and Details, and Other Structural Steel Details for Setback Floodwall i • Transition Erosion Protection -Typical Sections & Details • Setback Floodwall Architectural Facing & Finish Details Deliverable: 60% Design Drawings; 90% Design Drawings; Issued-for-Approval Design Drawings. 12. Specifications—We understand that the City intends to base the project specifications on the Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction. We will assist the City in developing Special Provisions as required to modify the WSDOT specifications. We will prepare Special Provisions for• • Preconstruction and post-construction building surveys • Steel sheet piling • Pile driving equipment • Construction induced vibrations and monitoring • Structural concrete and concrete for wall facing • Structural steel • Tie-backs We will also review and provide input to other Special Provisions prepared by the City as necessary. Deliverable: 60% Special Provisions; 90% Special Provisions; Issued-for-Approval Special Provisions. 13. Proiect Management and Coordination - Project management and coordination are essential to ensure the successful preparation of the levee accreditation documentation. Successful implementation will require effective oral and written communications and coordination. The project management task will include the following activities: • Coordination of project activities with City staff • Management and supervision of the engineering team • Management, coordination, and evaluation of subconsultant services • Project progress and coordination meetings • Documentation of key meetings • Meetings and reviews with King County if appropriate • Preparation of monthly summaries of current financial information and schedule We expect that several meetings will be required during design development to discuss and address City and County comments on design. We have budgeted three face-to-face meetings 10 Mr Ken Langholz February 27, 2013 after the initial kick off meeting. We anticipate one meeting for each design phase. Management of Quality Control (QC) activities will also be included in this task, including the review, coordination and checking of work products at each step of their development. Work products include the key deliverables and support documentation, such as work plans, technical memoranda, drawings, and special provisions. Our QC team will rev iew technical approaches and verify that deliverables and supporting documents prepared for the City are complete, conform to standards, and meet or exceed the expectations of the City and GEI's management. The project manager will be responsible for the assurance that our QC procedures are being implemented. Deliverables: Monthly progress reports ASSUMPTIONS We made the following assumptions in preparing the scope and cost estimate: 1. Design Submittals - We assume that design of the floodwall will include three design submittals which will include: • 60% Design • 90% Design • Issue for Approval We assume that the City and King County will review the drawings, specifications, and design memorandum developed at each phase of design. As a result of these reviews, we assume that one round of comments will be provided to us from the City and from the County at each phase of design, and we will provide formal responses as required to address these comments. 2. Topographic Information to be provided by the City - For preparation of the design, accurate topographic information will be necessary for the existing levee and adjacent land surfaces (river bank and land east of the levee). We understand that either the survey data already in our files is adequate for the design or additional survey data will be provided to us by the City. Accordingly, our scope does not include mapping and survey services. We anticipate the following information will be used in the design and will be provided by the City in a timely manner: • Topographic map with I-foot contours of the Green River channel, levee and ground surface in the area behind the levee. • Representative cross-sections showing river channel (including below water bathymetry), river bank, levee, and land surface landside of the levee to a distance of at least 100 feet beyond the landside levee toe. • Selected additional cross-sections as needed to identify critical (steepest) slopes of river bank and levee. • Surveyed levee crest elevations at a spacing of 500 feet or closer. • As-drilled locations of all subsurface explorations completed by GEL II Mr. Ken Langholz February 27, 2013 3. Hydrologic and Hydraulic (H&H) Information to Be Provided by the City - Preparation of the design will require confirmation or updating of information on water surface profiles, scour, velocities, and appropriate bank protection for the floodwall reaches: • Green River water surface profiles for final design (to include 100-year, 500- year, and mean water profiles) • General, local, and bend scour evaluation - thalweg profiles and cross-sections over time including recent bathymetric data, stability of thalweg location and channel shape, calculation of estimated bend scour depths at approach and exit sections, and scour recommendations. • Distribution of water velocities along the right bank for use in design We assume the City will work with NHC to assemble available data and provide it to us. Our scope does not include H&H services We assume our review will be limited to documents provided to us by the City. 4. Right of Way Support - In the preparation of our scope, we have assumed that the City will facilitate the field work and our evaluation of adjacent structures by performing the following activities • Facilitating timely entry to all areas of the project for site visit and exploration purposes Our current scope does not include right-of-way services. • Obtaining City and/or County permits for explorations • Obtaining all necessary environmental clearances (if any are needed) for the proposed exploration sites and activities. • Coordinating with owners of adjacent structures and obtaining as-built drawings and other building and foundation information needed for the design. 5. Existing Buildings and Improvements - We assume that the City will collect any required information such as drawings, details, documentation of existing buildings and improvements for our review We assume that structural assessment of individual buildings is not required. 6. Interior Drainage - We have assumed that installation of the floodwalls will not significantly impact the interior drainage conditions landward of the levee. Our scope and budget do not include interior drainage evaluations. 7. Corrosion Potential - We have assumed that the soil and groundwater conditions at the locations of the proposed floodwalls are not aggressively corrosive. 8. Pedestrian Stairs and Ramps - We have assumed that the City will prepare the geometric design, drawings and basic special provisions for the pedestrian stairs and access ramps, with GEI providing foundation recommendations, structural details and special provisions as required. 9. For cost estimating purposes,the project schedule assumes a duration of approximately seven months for this project. 12 Mr. Ken Langholz February 27, 2013 COST ESTIMATE We will perform the above scope of services on a time and materials basis based on the terms of our current agreement with the City of Kent for the Briscoe-Desimone levee Based on the information known to us, we estimate that the cost of performing the services outlined above will be approximately $608,223. A breakdown of the estimated costs is included in the attached table Invoices will be submitted monthly based on the services performed as of the end of each billing period. Payment will be due within 45 days per the terms of the City of Kent agreement as negotiated by the City of Kent and GEI Consultants. This estimate does not include any contingency. We understand that additional budget to address changes and unforeseen complications that require additional effort would be added by contract modification subject to our presentation of written justification. SCHEDULE We are prepared to begin work upon receiving a Notice to Proceed (NTP) We understand the City needs to advertise the Reach 3 construction documents in May in order to obligate grant funds that would otherwise cease to be available To meet this very ambitious schedule, we intend to proceed with the work along two parallel tracks an accelerated design track for Reach 3, and a more sequential design process for Reaches 2 and 4. To meet the requested bid date for Reach 3, we intend to immediately proceed with the structural design of the wall based on the subsurface profile that was included in our 2012 Geotechmcal Data Report and the engineering properties used in our 2012 FEMA Accreditation Report We will be performing additional subsurface investigations and laboratory testing as mandated by USACE Engineering Circular(EC) l 110-2-6066,Design of I-Walls However, the results of some of the additional soil characterization tests will not arrive in time to incorporate changes, if any,to the design and construction documents prior to the advertisement date. If the results of the additional investigations and tests lead us to revise our selected engineering parameters and there is a design impact, we would need to make the necessary changes to the construction documents via bid addendum or contract change order. In addition,we expect that even under ideal conditions the highest level of design completion that can be achieved by May will be the 90%design. Therefore, we are targeting the bid documents to be based on 90% design plans and specifications. Changes to the design between the 90% and final documents will need to be negotiated with the selected contractor. To maintain this very aggressive schedule, it will be critical for the City to provide its input to the design in a timely fashion, including but not limited to the following specific items: • Design water level surfaces are needed at the start of the work. • Confirmation of design ground surfaces, both above and below water, is needed at the start of the work. 13 Mr. Ken Langholz February 27, 2013 • Information on adjacent building foundations and any specific concerns that need to be accounted for in the design This information is needed two weeks after the start of the work. • Review comments on draft design submittals are needed no later than one week after each submittal is made. Based on the approach outlined above and assuming a NTP in early March 2013, we anticipate completing the scope described above within the following schedule: Task Anticipated Schedule, Anticipated Schedule, Reach 3 Reaches 2 and 4 Project Kickoff Meeting and Site Visit Early March 2013 Subsurface Explorations March - May 2013 Engineering Evaluations March - Aril 2013 Aril - June 2013 60% Design Submission Issue April 19, 2013 Issue June 28, 2013 90% Design Submission Issue May 17 for Bids Issue August 23, 2013 Issued-for-Approval Submission Issue July 26, 2013 Issue September 20, 2013 Project Management March 2013— September 2013 Note: Design submissions assume a one-week review period by the City and other review agencies. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. Please call me at 510-350-2908 or Jim Nickerson at 781-721-4023 with questions. Sincerely, GEI CONSULTANTS, INC. W Alberto Pujol, P.E. Vice President, Project Manager Attachments: Cost Estimate Shearer Design Letter of Scope 14 !! | r }\ ! \ ! ! ) ::;! : :l,: ;• §----§--- ;!i n,2A m !, f /\ « , a = - ,2 e ~ ` ,\ � f /. ! ! \ � ) 00 /\ ~ ` :)\) ] , �!!,,l; : :{ _ � • _ : 2 W- 6:d: 02�\\�/® ) \ ! _ .! ! ° 2 l:,, ,._ !!�!_ //\\\\ }\ {} }}coo no).0 SHEARERDESIGN uC SHEARER DESIGN IllBadge Design, Construction Engineering and Infrastructure Aesthetics 3613 Phinney Ave N#3 Seattle wA 98103 (206)781-7830 February 14, 2013 GEI Consultants, Inc. 180 Grand Avenue, Suite 1410 Oakland, CA 94612 Subject Kent Briscoe-Desimone Flood Wall Project Attn Alberto Pulol, P E , G E and Jim Nickerson P.E. Dear Alberto, We are happy to provide engineering services for the Kent Briscoe-Desimone Flood Wall Project In order to expedite the project we understand that the work will be split into two phases Phase 1 for reaches 2, 3 & 4, and Phase 2 for reach 1 Please see "Exhibits "A" for the distribution of deliverables in each phase As discussed I believe the best way we can support the protect is in the following areas, Task 1 Levee Walls This task will cover the review and engineering related to the levee flood walls It is assumed that our design review will be based on the following • Two different sheet pile sections • A single one-size-fits-all concrete cap design • A single one-size-fits-all concrete facing design • A single one-size-fits-all railing design Itemized task details to include • Perform detailed checking of the structural calculations prepared by GEI, and provide review comments to GEI for incorporation into the design Structural calculations are expected to include sheet pile design, concrete cap design, concrete facing design, railings, and tiebacks and wales (if tiebacks are required at earth fill ramp sections) • Review design detail drawings drafted by GEI and provide comments Based on the current project scope, we anticipate 5 to 7 detail drawings • Review general notes, plan, and elevation drawings prepared by the City Based on the 35% design, we anticipate 13 to 15 sheets • Review and comment on draft special provisions prepared by GEI and Kent Based on our current scope of work, we anticipate 6 to 8 special provision sections • Review design memorandum and comment on structural aspects • Review and stamp the drawings, calculations, and specifications as appropriate (Structural Sheets only) 11SHEARERSERVERID-Dnve1ADMIN\Job Contracts%C-0219 Kent Levee\Contract\0219 Scope 3 docx SHEARER DESIGN uC SHEARER DESIGN LLC. Bridge Desrgn, Construction Engineering and Infrastructure Aesthetics 3613 Phinney Ave N#3 Seattle,WA 98103 (206)781-7830 • Review the City and County comments and our responses for 3 levels of design (60%, 90%, Issue for Approval) Note that under this task the review of the levee walls will be based only on the structural design and analysis of the wall system The wall analysis will be based on the prescribed loads and soil design parameters provided by GEI The configuration of the flood wall and levee system and ground profiles after any flood event erosion shall be the sole responsibility of GEI Task 2 Access Points Under this task we will prepare the design and details for pedestrian access and vehicular access over the flood wall system to the trail and levee top Included would be all engineering, drafting and estimates for the following five access points Vehicle access ramps • One in Reach 1 near West Valley Highway • One in Reach 4 near the 200th Street Bridge Pedestrian and handicap access ramp • One in Reach 3 near Sta 851+00 Stairways • One in Reach 1 near Sta 769+20 • One in Reach 3 near Sta 862+20 Task 3 General project administration This task will cover the general project coordination and project meeting points Included will be • Attend a project kickoff meeting and site visit with GEI and the City of Kent • Attend a conference calls with GEI to discuss the approach to the structural analyses and detailing to establish concurrence • Communicate periodically through the advancement of the design to discuss any interim results, challenges and directions Items furnished or prepared by the GEI.- Site Survey of all reaches (AutoCAD 2008 base map file) Geotechnical Foundations report Project AutoCAD border and title All work will be in conformance with the current edition of AASHTO Design Manual All CAD work will be prepared using the project border and title sheets in Auto CAD 2012 Please see the enclosed spreadsheet for a summary of our estimated cost & hours for this section of the project We look forward to working with you on this exciting project If you have any questions please feel free to call Sincerely, David R Shearer S E Principal SHEARER DESIGN \\SHEAR ERSERVER\D-Dnve\ADM I N\Job Contracts\C-0219 Kent Levee\Contract\0219 Scope 3 docx SHEARER DESIGN UO ME SHEARER DESIGN LLC. Bndge Design, Construction Engineering and infrastructure Aesthetics 3613 Phinney Ave N#3 Seattle,WA 98103 (206)781-7830 Exhibit A Phase 1(Reaches 2, 3 & 4) Levee Walls Deliverables: • Design review comments (Reaches 2,3 & 4) • Drawing review comments (Reaches 2,3 &4) • Stamped sheet pile wall drawings (Reaches 2, 3 & 4) • Responses to City & County comments Access points Deliverables: Vehicle access ramps Reach 4 near the 200th Street Bridge Pedestrian and handicap access ramp Reach 3 near Sta 851+00 Stairways Reach 3 near Sta 862+20 For each location • 30%,60% 90% review drawings • 100% Bid set drawings • Project Bid Items • Project Special provision • Project Engineers Estimate 11SHEARERSERVERID-Dnve1ADMIN1Job ContractslC-0219 Kent LeveelContracl10219 Scope 3 docx I I I I W o a ao Z o � o M Q �I I c i rn N 0 Y i I N W N L � I C l4 U E W U W Y N �4 H 2 O O O fG F LL' F U d m Z O = a w 0 O y U O o 0 0 0 of eo 0 0 0 N � ai cm I v r U aL INS N �r Jii m �� fA H3 fA f9 C cm ca ` L I V L cc N W L IL I � I e I �I a � w e6 c I E Cl C w `3 m a. [t1 Ir O a. b1 m' I d a` Da- a -1 d N 0 Y Y Y q N F F F U) a I W' O d W r O N m o ro L pp d 1� O th N N Y m m o mo N Q C OT N ❑I U C m m N m � tll w 0 m U w i+ O ca m m Y p m c mxa o W F I I 3 " 00o wo o �I z O O LL F NaOD N m z O W O O = w E w IL N �, K X. d e W U �lich u m o m N ro n o o m o o, O o W o 0 N1 acn J Nof C m fA x a� I II (D � I N � I I I tl I m I O I ; m 3 CNi d U .c � 3 ❑ o m � w c m ❑ m E ° E m m �' ° d -mi 3 aI a- a 2 iy m v m �, m m C N 0 C C a m U a C J a Om m f N > ? m m m A m a= ami� n c u a ❑ a a J in ❑' (7 m ❑ U �n CD co �S2 W y' Z m m m'I I ❑ `n Y' O F L m h a w o' a m m o rn o a ro a � I v Q v w w c o I N m Y � C m N L � V CO m U E 0 Y H W N N Y ram° m m c F > K o a w r' TIP O N O vl O O V m N r m o v ZO Oo m v w e m F IL M F fp - y- U eve w w mz C m e m O O m N O m N O O N W O `m N� oe Hm m xa E w � � W m 0 N U — W a, aD,N m aD Ip fD m m aD mm umi m mr O m w N 1 C 17 y I � I N � I I I a , i C u � W �u ma0 mN Ici lw�do� OaC7�I^°C mo'Uv4 I Fa Uc QU N F0N is � OT odor d vw 2 o> rn mw w �wgEv�U) m 5�' ul 4'2 y m C A I I � y I f L m � a W M _o mr @N m o m CL r M N 1f N C ow 0 G I C N @ N @I p d C Y G V C� G r W " N Y 01 H c _ lyp Eli x F n w F a 10 U o 0 0 Z p m n O 1i m Q u C m m o o m Z p E » r = W X a. •y of W U p N m V m w I V V J - -t m C a J m N 0 d y �y d ad d M d c N R @ a _ > W o �A fi Q H @ V i7 C_ � U O> M E m w c N C N C N ¢ E w m CrI O u p u m 01 ' R I _ @ @ m U Q @ i IS d� � Od a C7 aQU Nm C'2 W aZ @o N @ N ~ Cn a EXHIBIT B FEE SCHEDULE AND PAYMENT TERMS GEIS FEE SCHEDULE Hourly Billing Rate Personnel Cateaory $per hour Staff Professional—Grade 1 $ 96 Staff Professional—Grade 2 $ 106 Project Professional—Grade 3 $ 116 Project Professional—Grade 4 $ 130 Senior Professional—Grade 5 $ 154 Senior Professional—Grade 6 $ 175 Senior Professional—Grade 7 $208 Senior Consultant—Grade 8 $234 Senior Consultant—Grade 9 $288 Senior Principal—Grade 10 $288 ----------------------------------------------- Senior CADD Drafter and Designer $ 116 CADD Drafter/Designer and Senior Technician $ 106 Technician, Word Processor, Administrative Staff $ 86 Office Aide $ 68 These rates are billed for both regular and overtime hours in all categories. Rates will increase up to 5% annually, at GLI s option, for all contracts that extend beyond twelve(12) months after the date of the contract. OTHER PROJECT COSTS Subconsultants, Subcontractors and Other Project Expenses - All costs for subconsultants, subcontractors and other project expenses will be billed at cost plus a 448%service charge Examples of such expenses ordinarily charged to projects are subcontractors, subconsultants Lhemual laboratory charges, rented or leased field and laboratory equipment,outside printing and reproduction,communications and mailing charges, reproduction expenses, shipping costs I'or samples and equipment, disposal of samples, rental vehicles, fares for travel on public carriers; special fees for insurance certificates, permits, licenses, etc, fees for restoration of paving or land due to field exploration,etc.state sales and use taxes and state taxes on GEI fees Billing Rates for Specialized Technical Computer Programs—Computer usage for specialized technical programs will be billed at a flat rate of$10 00 per hour in addition to the labor required to operate the computer. Field and Laboratory Equipment Billing Rates — GEI-owned field and laboratory equipment such as pumps, sampling equipment, monitoring instrumentation field density equipment, portable gas chromatography, etc will be billed at a daily.weekly or monthly rate as needed for the project Expendable supplies arc billed at a unit rate Transportation and Subsistence-Automobile expenses for GEI or employee owned cars will be charged at the rate per mile set by the Internal Revenue Service for tax purposes plus tolls and parking charges When required for a project, four-wheel drive vehicles owned by GEI or the employees will be billed at a daily rate appropriate for those vehicles. Per diem living costs for personnel on assignment away from their home office will be negotiated for each project PAYMENTTERMS Invoices will be submitted monthly or upon completion of a specified scope of service, as described in the accom- pany mg contract(proposal,project,or agreement document that is signed and dated by GEI and CLIEN 1) Payment is due upon receipt of the invoice Interest will accrue at the rate of I%of the invoice amount per month,for amounts that remain unpaid more than 3045 days after the invoice date All payments will be made by either check or electronic transfer to the address specified by GEI and will include reference to GEI's invon c number Fee Schedule 2012 EXHIBIT C INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $5,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City, King County and the King County Flood Control District shall be named as an Additional Insureds under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City, the District and the County. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. 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. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. + 4. Professional Liability (Errors & Omissions) insurance appropriate to the Consultant's profession. 1 EXHIBIT C (Continued) B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $5,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of at least $2,000,000 per accident. 3. Professional Liability (Errors & Omissions) insurance shall be written with limits no less than $5,000,000 per claim and $5,000,000 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: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor'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, King County Flood District and King County shall be named as an additional insureds on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. EXHIBIT C (Continued) D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General E Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. a r DATE A i CERTIFICATE OF LIABILITY INSURANCE 03/11/201 YYY) 03/11/2013 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(les) must be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s) PRODUCER 1-617-328-6535 CONTACT NAME Michael Herlihy Ames & Gough, Inc PHONE FAX x A/C No 859 Willard Street E-MAIL ADDRESS Suite 320 PRODUCER Quincy, MA 02169 USTOMER ID III. INSURERS AFFORDING COVERAGE NAIL K INSURED INSURERA National Fire Insurance of Hartford GEI Consultants, Inc. INSURERS National Fire Insurance of Hartford 180 Grand Avenue INSURERc Transportation Insurance Co. ISM) Suite 1410 INSURER Valley Forge Insurance Co. (CA) Oakland, CA 94612-3017 - INSURERE National Fire Insurance of Hartford (AO, ) INSURER CHARTIS 5M COVERAGES CERTIFICATE NUMBER 32444707 REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MMIDD/YYYY MM/DD/YYYY A GENERAL LIABILITY X X 4034941519 05/01/1 05/01/13 EACHOCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PETORENTED 300,000 PREMISES Ea occu rrence $ CLAIMS-MADE 1XI OCCUR MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOPAGG $ 2,000,000 POLICY X PRO- LOC i $ B AUTOMOBILE LIABILITY X X '4029290153 05/01/1 05/01/13 COMBINED SINGLE LIMIT $ 1,000,000 B X 2099584856 05/01/1 05/01/13 (Ea accdent) ANY AUTO BODILY INJURY(Per person) S ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS (Per accident) NON-OWNED AUTOS $ $ C X UMBRELLA LIAB X OCCUR X X 4034941567 05/01/14 05/01/13 EACH OCCURRENCE $ 5,000,000 EXCI LIAB CLAIMS-MADE AGGREGATE $ S,000,000 DEDUCTIBLE $ RETENTION $ $ D WORKERS COMPENSATION X 4039941603 05/01/1 05/01/13 X WCSTATU- OTH- AND EMPLOYERS'LIABILITY YIN -- � ER E ANY PROPRIETORPARTNER/EXECUTIVE 4034941410 05/01/1 05/01/13 EL EACHACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? IN I N I A (Mandatory in NH) E L DISEASE-EA EMPLOYEE $ 1,000,000 If yes describe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT $ 1,000,000 F PROFESSIONAL LIABILITY COPS 17788026 1 1 UblU1114 Per Claim 51000,000 & CONTRACTOR'S POLLUTION Aggregate 51000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is reclined) Project. Briscoe-Desimone Levee Setback Floodwall Design, Reaches 2, 3, and 4 The City of Kent and Kent Public works Department are hereby listed as additional insured with respect to general, auto, and umbrella liabliity on a primary basis. Any Insurance or self-insurance maintained by The City of Ken shall be excess and non-contributory to GEI's Insurance A waiver of subrogation applies in favor of the City of Kent. GL Policy includes severability of interest provisions. umbrella Policy follows form with respect to GL & Auto Liability requirements 30 day notice of cancellation will be issued in accordance with policy terms and conditions. (L & WC Forms included) CERTIFICATE HOLDER CANCELLATION City of Rent Public Works Department SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn Mr. Ken Lanqholz ACCORDANCE WITH THE POLICY PROVISIONS 20 Fourth Avenue South AUTHORIZED REPRESENTATIVE Rent, WA 98032 USA kpawlowski ©1988-2009 ACORD CORPORATION All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD 32444707 G-140331-C CNAGEI Consultants, Inc . (Ed 10110) Package Policy # 4034941410, eff . 5/1/12-5/1/13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies Insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by"written contract" per Paragraph A below) Locations of Covered Operations (As per the"written contract," provided the location is within the"coverage territory"of this Coverage Part) A. Section II - Who Is An Insured is amended to 2. We will not provide the additional insured any Include as an additional Insured broader coverage or any higher limit of 1. Any person or organization whom you are Insurance than the least that is required by "written contract" to add as an a. Required by the"written contract", additional insured on this Coverage Part, and b. Described in B.I. above, or 2. The particular person or organization, if any, scheduled above c. Afforded to you under this policy B. The insurance provided to the additional insured is 3. This insurance is excess of all other insurance limited as follows available to the additional insured whether on a primary, excess, contingent or any other basis 1. The person or organization is an additional But if required by the "written contract," this insured only with respect to liability for "bodily insurance will be primary and non-contributory injury," "property damage," or "personal and relative to insurance on which the additional advertising injury"caused in whole or in part by insured is a Named Insured a. Your acts or omissions, or 4. The insurance provided to the additional insured b does not apply to "bodily injury," "property . The acts or omissions of those acting on ' your behalf damage," or personal and advertising injury arising out of in the performance of your ongoing operations specified in the"written contract", or a. The rendering of, the failure render, any professional architectural, engineering, neering, c. "Your work" that is specified in the "written or surveying services, including contract" but only for "bodily injury" or" (1) The preparing, approving, or failing to property damage" included n the prepare or approve maps, shop "products-completed operations hazard," drawings, opinions, reports, surveys, and only if field orders, change orders or drawings (1) The "written contract" requires you to and specifications, and provide the additional insured such (2) Supervisory, inspection, architectural or coverage, and engineering activities, or (2) This Coverage Part provides such coverage G-140331-C Includes copyrighted material of Insurance Services Office,Inc,with its permission Page 1 of 2 (Ed 10/10) G-140331-C CNA (Ed 10110) b. Any premises or work for which the We have no duty to defend or Indemnify an additional Insured is specifically listed as an additional insured under this endorsement until additional Insured on another endorsement we receive from the additional Insured written attached to this Coverage Part notice of a claim or"suit" C. SECTION IV — COMMERCIAL GENERAL 2. With respect only to the Insurance provided by LIABILITY CONDITIONS is amended as follows this endorsement, the first sentence of 1. The Duties In The Event of Occurrence, Paragraph 4.a. of the Other Insurance Condition Offense, Claim or Suit condition is amended to Is deleted and replaced with the following add the following additional conditions 4. Other Insurance applicable to the additional insured a. Primary Insurance An additional insured under this endorsement will as soon as practicable This insurance primary and non- contributory except when rendered (1) Give us written notice of an 'occurrence" or excess by endorsement G-140331-C, an offense which may result in a claim or or when Paragraph b. below applies "suit" under this insurance, and of any claim D. Only for the purpose of the insurance provided by or"suit'that does result, this endorsement, SECTION V — DEFINITIONS is (2) Except as provided in Paragraph B 3 of this amended to add the following definition endorsement, agree to make available any "Written contract' means a written contract or other insurance the additional insured has written agreement that requires you to make a for a loss we cover under this Coverage person or organization an additional insured on this Part, Coverage Part, provided the contract or agreement (3) Send us copies of all legal papers received, 1. Is currently in effect or becomes effective during and otherwise cooperate with us in the investigation, defense, or settlement of the the term of this policy, and claim or"suit', and 2. Was executed prior to (4) Tender the defense and indemnity of any a. The"bodily injury"or"property damage", or claim or "suit' to any other insurer or self insurer whose policy or program applies to a b The offense that caused the "personal and loss we cover under this Coverage Part advertising injury" But if the "written contract' requires this for which the additional insured seeks coverage insurance to be primary and non- underthis Coverage Part contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured G-140331-C Includes copyrighted material of Insurance Services Office,Inc,with its permission Page 2 of 2 (Ed 10/10) GEI Consultants, Inc. G-19160-B CAVA CA WC policy # 4034941603 (Ed. 11197) eff. 5/01/12-5/02/13 WORKERS'COMPENSATION AND EMPLOYERS'LIABILITY INSURANCE POLICY BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It's agreed that Part One Workers' Compensation Insurance G. Recovery From Others and Part Two Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us,) PREMIUM CHARGE The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure The amount is N �i �f 1 G-19160-B Page 1 of 1 (Ed. 11197) POLICY NUMBER 4034941519 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization. Any person or organization with whom you have agreed in writing in a contract or agreement to waive any right of recovery against such person or organization, but only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the"products-completed operations hazard " This waiver applies only to the person or organization shown in the Schedule above CG 24 04 05 09 Copyright, Insurance Services Office, Inc , 2008 Page 1 of 1 SCA 23 500D CNA (Ed 10/11) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXTENDED COVERAGE ENDORSEMENT - BA PLUS This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM I. LIABILTY COVERAGE 1. Which are no longer in force,or A. Who Is An Insured 2. Whose limits have been exhausted The following is added to Section II, Paragraph A.1., B. Bail Bonds and Loss of Earnings Who Is An Insured Section II, Paragraphs A 2 a (2) and A.2.a.(4) are 1. a. Any incorporated entity of which the Named revised as follows Insured owns a majority of the voting stock on 1. In a.(2), the limit for the cost of bad bonds is the date of inception of this Coverage Form, provided that, increased from $2,000 to$5,000, and b. The Insurance afforded by this provision A.1. 2• In a.(4), the limit for the loss of earnings is does not apply to any such entity that is an increased from $250 to $500 a day "insured" under any other liability "policy" C. Fellow Employee providing "auto"coverage Section II, Paragraph B.5 does not apply 2. Any organization you newly acquire or form, other than a limited liability company, partnership or Such coverage as is afforded by this provision C is joint venture, and over which you maintain excess over any other collectible Insurance majority ownership interest II. PHYSICAL DAMAGE COVERAGE The insurance afforded by this provision A.2.: A. Towing a. Is effective on the acquisition or formation Section III Paragraph A.2., Is revised to include Light date, and is afforded only until the end of the Trucks up to 10,000 pounds G V W policy period of this Coverage Form, or the next anniversary of Its inception date, B. Glass Breakage — Hitting A Bird Or Animal — whlchever Is earlier Falling Objects Or Missiles b. Does not apply to The following is added to Section III, Paragraph A.3.: (1) "Bodily injury" or "property damage" With respect to any covered "auto," any deductible caused by an "accident" that occurred shown in the Declarations will not apply to glass before you acquired or formed the breakage if such glass Is repaired, In a manner organization, or acceptable to us, rather than replaced (2) Any such organization that is an "insured" C. Transportation Expenses under any other liability "policy" providing Section III, Paragraph A 4.a. is revised, with respect "auto"coverage to transportation expense incurred by you,to provide 3 Any person or organization that you are obligated a. $60 per day, in lieu of$20, subject to to provide Insurance where required by a written contract or agreement is an insured, but only with b. $1,800 maximum, in lieu of$600 respect to legal responsibility for acts or omissions D. Loss of Use Expenses of a person for whom Liability Coverage is afforded under this policy Section III, Paragraph A.4.1b. is revised, with respect 4. An "employee" of yours is an "insured" while to loss of use expenses Incurred by you, to provide operating an "auto" hired or rented under a a. $1,000 maximum, in lieu of$600 contract or agreement in that "employee's" name, with your permission, while performing duties E. Personal Property related to the conduct of your business The following is added to Section III, Paragraph A 4. "Policy," as used in this provision A. Who Is An c. We will pay up to $500 for loss to Personal Insured, includes those policies that were in force on Properly which Is the inception date of this Coverage Form but SCA 23 500D Copyright,CNA Corporation,2000 Page 1 of 3 (Ed 10/1 1) includes copyrighted material of the Insurance services Office used with Its permission SCA 23 500D CNA (Ed 10/11) (1) Owned by an"Insured", and in that individual "employee's" name, with (2) In or on the covered "auto" your permission, while performing duties related to the conduct of your business This coverage applies only in the event of a total theft of your covered "auto" c. The most we will pay for any one "accident" or "loss" is the actual cash value, cost of repair, This insurance is excess over any other collectible cost of replacement or $75,000 whichever is insurance and no deductible applies less minus a $500 deductible for each F. Rental Reimbursement covered auto No deductible applies to "loss" caused by fire or lightning The following is added to Section III, Paragraph A.4.: d. We will pay for rental reimbursement expenses d. The physical damage coverage as is provided Incurred by you for the rental of an "auto" because by this provision will be limited to the types of of "loss" to a covered "auto" Payment applies in physical damage coverage(s) provided on addition to the otherwise applicable amount of your awned "autos" each coverage you have on a covered "auto" No e. Such physical damage coverage for hired deductibles apply to this coverage "autos"will 1. We will pay only for those expenses incurred (1) Include loss of use, provided it is the during the policy period beginning 24 hours consequence of an "accident" for which after the "loss" and ending, regardless of the the Named Insured is legally liable, and policy's expiration, with the lesser of the as a result of which a monetary loss is following number of days sustained by the leasing or rental (a) The number of days reasonably required concern to repair or replace the covered "auto", or, (2) Such coverage as is provided by this (b) 15 days provision G.e.(1) will be subject to a limit 2. Our payment is limited to the lesser of the of$750 per"accident" following amounts H. Airbag Coverage (a) Necessary and actual expenses incurred, The following is added to Section III, Paragraph B.3. or, The accidental discharge of an airbag shall not be (b) $25 per day subject to a maximum of considered mechanical breakdown $375 1. Electronic Equipment 3. This coverage does not apply while there are Section III, Paragraphs B.4.c and B 4 d are deleted spare or reserve "autos" available to you for and replaced by the following your operations 4. If "loss" results from the total theft of a c. Physical Damage Coverage on a covered auto also applies to "loss' to any covered "auto" of the private passenger type, permanently installed electronic equipment we will pay under this coverage only that including its antennas and other accessories amount of your rental reimbursement expenses which is not already provided for d. A $100 per occurrence deductible applies to under the Physical Damage Coverage the coverage provided by this provision Extension J. Diminution In Value G. Hired "Autos" The following is added to Section III, Paragraph B.6. The following is added to Section III. Paragraph A.: Subject to the following, the "diminution in value" 5 Hired "Autos" exclusion does not apply to If Physical Damage coverage is provided under a. Any covered "auto" of the private passenger this policy, and such coverage does not extend to type you lease, hire, rent or borrow, without a Hired Autos, then Physical Damage coverage is driver for a period of 30 days or less, while extended to performing duties related to the conduct of a. Any covered "auto" you lease, hire, rent or your business, and borrow without a driver, and b. Any covered "auto" of the private passenger type hired or rented by your "employee" b. Any covered "auto" hired or rented by your"employee" without a driver, under a contract without a driver for a period of 30 days or less, SCA 23 500D Copyright,CNA Corporation,2000 Page 2 of 3 (Ed 10/11) Includes copyrighted material of the Insurance services Office used with its permission SCA 23 500D C/VA (Ed 10111) under a contract in that Individual Such "executive officers" are "Insureds" while "employee's" name, with your permission, using a covered "auto"described in this provision while performing duties related to the conduct IV. BUSINESS AUTO CONDITIONS of your business c. Such coverage as is provided by this A. Duties In The Event Of Accident, Claim, Suit Or provision is limited to a "diminution in value" Loss loss arising directly out of accidental damage The following is added to Section IV, Paragraph and not as a result of the failure to make A.2.a. repairs, faulty or incomplete maintenance or repairs, or the installation of substandard (4) Your "employees" may know of an "accident" parts or "loss" This will not mean that you have such knowledge, unless such "accident" or d. The most we will pay for "loss" to a covered "loss" is known to you or if you are not an "auto" in any one accident is the lesser of individual, to any of your executive officers or (1) $5,000, or partners or your insurance manager (2) 20% of the "auto's" actual cash value The following is added to Section IV, Paragraph (ACV) A 2.b Ill. Drive Other Car Coverage—Executive Officers (6) Your "employees" may know of documents received concerning a claim or "suit" This will The following is added to Sections II and III• not mean that you have such knowledge, 1. Any "auto" you don't own, hire or borrow is a unless receipt of such documents is known to covered "auto" for Liability Coverage while being you or if you are not an individual, to any of your executive o used by, and for Physical Damage Coverage officers or partners or your while in the care, custody or control of, any of your insurance manager "executive officers," except B. Concealment, Misrepresentation or Fraud a. An "auto" owned by that "executive officer' or The following is added to Section IV, Paragraph B.2. a member of that person's household, or Your failure to disclose all hazards existing on the date b. An "auto" used by that "executive officer" while of inception of this Coverage Form shall not prejudice working in a business of selling, servicing, you with respect to the coverage afforded provided repairing or parking "autos " such failure or omission is not intentional Such Liability and/or Physical Damage Coverage C. Policy Period, Coverage Territory as is afforded by this provision will be Section IV, Paragraphs 7.(5).(a). is revised to (1) Equal to the greatest of those coverages provide afforded any covered "auto", and a. 45 days of coverage in lieu of 30 days (2) Excess over any other collectible insurance V. DEFINITIONS 2. For purposes of this provision, "executive officer" Section V. Paragraph C. is deleted and replaced by s means a person holding any of the officer the following positions created by your charter, constitution by- "Bodily injury" means bodily injury, sickness or disease laws or any other similar governing document, sustained by a person, including mental anguish, and, while a resident of the same household, mental injury or death resulting from any of these includes that person's spouse TENT io i SCA 23 500D Copyright CNA Corporation,2000 Page 3 of 3 (Ed 10/11) Includes copyrighted material of the Insurance services Office used with its permission 9-23186-B CNA (Ed 12/10) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following BUSINESS AUTO SCHEDULE Name of Person or Organization (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement We waive any right of recovery we may have against the damage must arise out of your activities under a contract person or organization shown in the Schedule because of with that person or organization The waiver applies only to payments we make for the injury or damage This injury or the person or organization shown in the Schedule City of Kent Public Works Department 20 Fourth Avenue South Kent, WA 98032 M1 pq� l O N O O O N O O 9-23186-B Page 1 of 1 (Ed 12110) G-300660-A CNA (Ed 06/08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below Endorsement Effective 05/01/12 Policy Number 2099584856 Named Insured GEI Consultants, Inc . Countersigned by (Authorized Representative) In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to SCHEDULE 1. Number of days advance notice 30* 2. Name ANY PERSON OR ORGANIZATION YOU ARE REQUIRED BY WRITTEN City of Kent Public Works Department N m 3.Address 20 Fourth Avenue South, Kent, WA 98032 CONTRACT OR AGREEMENT, EXCECUTED PRIOR TO A LOSS. N ADDRESS PER CERTIFICATES ON FILE WITH BROKER N $ * 10 DAYS NOTICE WILL APPLY TO NON-PAYMENT OF PREMIUM. i G-300660-A Page 1 of 1 (Ed 06/08) KE 0 T ^^ -.^ Agenda Item: Consent - 71 TO: City Council DATE: February 5, 2013 SUBJECT: Contract with GEI, Briscoe/Desimone Levee - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Contract with GEI Consultants Inc. in an amount not to exceed $736,544 to provide structural and geotechnical engineering services for final design of the Briscoe/Desimone Levee Project, subject to • approval by the King County Flood Control District of the City's sheet pile wall proposal, • approval and release of $7 million grant funds from the District to the City of Kent, • obtaining an acceptable agreement with the City of Tukwila for work within Tukwila, and • final terms and conditions acceptable to the City Attorney and Public Works Director SUMMARY: The Briscoe/Desimone Levee is located along the Green River near the north city limits This levee is partially located within the city limits of Tukwila and provides flood protection for the Cities of Kent, Tukwila and Renton. In 2011, the City, in conjunction with the King County Flood Control District, was successful in obtaining a $7 million grant from the Washington State Legislature to fund reconstruction of the Briscoe/Desimone Levee. The City is continuing to pursue accreditation of the Briscoe/Desimone Levee from the Federal Emergency Management Agency (FEMA). As part of this accreditation effort, the City prepared a Conditional Letter of Map Revision (CLOMR) which identified 4 areas of the levee that do not meet current FEMA standards. These areas will be repaired utilizing sheet piles to construct a secondary floodwall. Under this consultant services agreement GEI will provide final engineering design for sheet pile walls and will prepare plans and specifications for the construction. The contract will only be executed if the flood wall option is chosen as the preferred flood protection method versus a setback levee We expect the Flood Control District will make a decision on this in the spring. EXHIBITS: Scope of Services - AMEC RECOMMENDED BY: Public Works Committee i BUDGET IMPACTS: This contract will be funded out of the $7 million grant. Expenses that cannot be reimbursed through the state grant will be charged to the City's Storm Drainage Utility. REQUEST FOR MAYOR'S SIGNATURE KENT Please Fill in All Applicable Box viewed by Director On inator's Name: Ken Lan holz Dept/Div. Engineering/Design Extension: 5516 Date Sent: 3/ia Date Re uired. Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 3/1/14 VENDOR: GEI Consultants, Inc. DATE OF COUNCIL APPROVAL: 2/5/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached agreement is for GEI Consultants to provide engineering services for the Briscoe-Desimone Levee Setback Floodwall Design Project. For additional information, see the attached Council motion sheet. RECEIVE® MAR 1 2 2013 City oP Kunt Office o1 the Mayor All Contracts Must Be Routed Through The Law Department Received: 1� `cRmpleted by the Law Department) Btu NE Approval of Law Dept.: PP P �R�Law Dept. Comments g LXN I Date Forwarded to Mayor: f I l Shaded Areas To Be Completed By Administration Staff Received: a MAR 13 2013 Recommendations and Comments: CITY OF KENT Disposition: �� � f L%,� CITY CLERK Date Returned: I