Loading...
HomeMy WebLinkAboutPW14-048 - Original - Buckland & Taylor, Inc. - Horseshoe Bend Levee Retaining Wall Engineering Services - 03/12/2014 Records an" � emeht ICE1 NnsniNGTON Document ' CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Buckland &Taylor Vendor Number: JD Edwards Number Contract Number: U This is assigned by City Clerk's Office Project Name: Horseshoe Bend Levee Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 3/12/14 Termination Date: 12/31/14 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide professional engineering services for the retaining wall for theproject. S:Pub I is\Records Manag ement\Forms\ContractCover\ad cc7832 1 11108 iCENT CONSULTANT SERVICES AGREEMENT (between the City of Kent and Buckland & Taylor THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Buckland & Taylor organized under the laws of the State of Washington, located and doing business at 220 West Mercer Street, Suite W100, Seattle, WA 98119, Phone: (206) 216-3933, Contact: Richard Patterson (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide professional engineering services for the Horseshoe Bend Levee Retaining Wall. 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. Consultant shall complete the work described in Section I by December 31, 2014. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Nine Thousand, Seven Hundred Twenty Seven Dollars and seventy two cents ($9,727.72), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit B. 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 CONSULTANT SERVICES AGREEMENT - 1 (Under$10,000) 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 Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. CONSULTANT SERVICES AGREEMENT - 2 (Under$10,000) VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. For claims arising or alleged to arise from Consultant's professional services only, Consultant's duty to defend and indemnify under this paragraph shall be limited to claims, injuries, damages, losses or suits asserted on the basis of negligence or willful misconduct. 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 contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Under$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. X11. WORK PERFORMED AT CONSULTANT'S SEC. 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. X111. MIESCELLANEOUS PR®VISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or CONSULTANT SERVICES AGREEMENT - 4 (Under$10,000) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 CITY OF SCENT 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 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: S (i r For: _6u 0. r 1-r,D z f xtyL �� C. Title: \1 P , U • 5 . 0a A-_n 0,J4S Dater EEO COMPLIANCE DOCUMENTS - 1 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 elate entered below. CONSULTANT: CITY OF KENT: By: BY; (signature) R(signature) Print Name: S4!- TT- KOLJX Print Name: imothy J. LaPorte, P.E. Its: `K? > U. S . op A-0 `+ Its: P lic WorCs Director (title) ✓ DATE: 2 -�, i�( / ' DATE: e r NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Richard Patterson Timothy J. LaPorte, P.E. Buckland & Taylor City of Kent 220 W. Mercer St., Suite W100 220 Fourth Avenue South Seattle, WA 98119 Kent, WA 98032 (206) 216-3933 (telephone) (253) 856-5500 (telephone) (253) 856-6500 (facsimile) euckland&Taylor-Horseshoe�end/Madfai CONSULTANT SERVICES AGREEMENT - 5 (Under$10,000) Q :q City of Kent BUCKLAND$TAVLGA Scope of Work—Exhibit A EXHIBIT A SCOPE OF WORK Horseshoe Bend Levee —Wall SCIV During the term of this Agreement, Buckland & Taylor, the engineering consultant (Consultant) shall perform professional services for the City of Kent (City). This project is expected to include the preparation of a Design Technical Memo (DTM) and the preparation of Final Design Calculations and Engineering Sketches in connection with the: Horseshoe Bend Levee Project Wall SCIV The Consultant shall actively coordinate Retaining Wall aspects of the work for the assignment, identify and resolve issues in a timely manner, and communicate effectively. The Consultant shall be responsible for the performance of scoped services, and shall furnish materials and information to accomplish the work tasks described herein. The Consultant will actively coordinate with GeoEngineers. GeoEngineers have been retained by the City and will be providing geotechnical support for this project. Frequent coordination efforts are expected between the Consultant and GeoEngineers. The Consultant and the City agree that the City may use City forces to perform tasks listed in this Scope and that some tasks may not be required and the contract dollar amount will be adjusted accordingly, I. PROJECT OBJECTIVES AND DESCRIPTION The objectives of the Horseshoe Bend Levee Project, hereinafter referred to as the Project, are to: 1. Provide flood protection to the City of Kent, in the area of the Green River known as Horseshoe Bend, 2. The project will include new levee and retaining walls. 3. Minimize construction impacts to the public. Work on the levee retaining wall will include: Design Technical Memo. Coordinate with the geotechnical engineer to determine the most feasible wall solution. The geotech will determine the overall levee section and general parameters for the wall location within the section, the consultant shall evaluate the most efficient wall solution for cost and constructability. The geotech and/or the City shall provide the consultant with the relevant project data and the consultant shall conduct evaluation of up to two (2)wall alternatives. The two alternatives will include; 1) modification of the existing wall to add two feet of vertical freeboard, and 2) an independent sheet pile structure placed behind the existing wall to provide two feet of freeboard. The results of the evaluation work will be documented in the DTM and submitted to the City for an approval. The DTM will be informal, and in the farm of an email message to the City's Project Manager j Final Design. Upon approval of the DTM by the City, the Consultant will proceed with the final design for the construction features of the project, as defined in the approved DTM and other supporting documents. II. DESIGN CRITERIA All documents prepared under the terms of this AGREEMENT shall be developed in accordance with the latest edition and amendments of the following: City of Kent: 1. Road Standards draft COK SCIV Well Scope v2 minimum scope erp.docx 1 of 7 ND City of Kent &TAYLORr ,k Scope of Work— Exhibit A 2. Standard drawings and sample documents prepared by the City and furnished to the Consultant shall be used as a guide in all applicable cases WSDOT Publications: 1. Standard Specifications for Road, Bridge. and Municipal Construction, English Edition, 2008 (M41-10) 2. Standard Plans for Road, Bridge, and Municipal Construction, English edition (M21-01) 3. Design Manual (M22-01) 4. Bridge Design Manual, (M23-50) 5. Plans Preparation Manual (M22-31) 6. Construction Manual (M41-01) 7. Local Agency Guidelines Manual American Association of State Highway and Transportation Officials (AASHTO) Publications. 1. Standard Specifications for Highway Bridges, AASHTO LRFD Bridge Design Specifications, Customary U.S. Units, 4" Edition with 2008 Interim Revisions 2. Guide for the Development of Bicycle Facilities, 1999 3. A Policy on Geometric Design of Highways and Streets, 5" Edition, 2004 ('Green Book') j U.S. Department of Transportation, Federal Highway Administration (FHWA): 1. Manual on Uniform Traffic Control Devices for Streets and Highways USACE and Other Publications: 1. EC (Engineering Circular) 1110-2-6052, Structural Design of Precast and Prestressed Concrete for Offsite Prefabricated Construction of Hydraulic Structures, 1 January 2001 2. EM (Engineering Manual) 1110-2-2104, Strength Design for Reinforced Concrete Hydraulic Structures, August 2003, Change 1 3. EM 1110-2-2105, Design of Hydraulic Steel Structure, March 1993, Change 1, May 1994 4. EM 1110-2-2106, Design of Precast and Prestressed Concrete for Hydraulic Structures, 30 march 08, DRAFT I 5. EM 1110-2-2603, Design of Sheet Pile Cellular Structures Cofferdams and Retaining Structures, September 1989 6. EM 1110-2-2504, Design of Sheet Pile Walls, March 1994 7. EM 1110-2-2906, Design of Pile Foundations, January 1991 8. ER (Engineering Regulations) 1110-2-1150, Engineering and Design for Civil Works Projects, August 1999 9. ER 1110-2-1806, Earthquake Design and Evaluation for Civil Works Projects, July 1995 10, American Concrete Institute (ACI), Building Code Requirements for Reinforced Concrete, ACI 318- 02 11, American Institute of Steel Construction (AISC), Manual of Steel Construction Allowable Stress Design, 9" Edition, 1989 12. American Society of Civil Engineers (ASCE), Minimum Design Loads for Buildings and Other Structures, ASCE 7-05, 2005 13, American Welding Society (AWS), Bridge Welding Code, AWS D1.5 2008 draft COK SCIV Wall Scope v2 minim am scope erp.docx 2 of 7 i sucx%Anm S City of Kent sTAYLOR Scope of Work—Exhibit A 14, American Welding Society, Structural Welding Code, AWS D1.1 2008 III, PROJECT SCHEDULE The anticipated project schedule is as shown below: Milestone Date Consultant Notice to Proceed 27 Jan 2014 Submit Final Tech Memo to City 17 Feb 2014 60% Calculations and Detail Sketches 17 Mar 2014 100% Calculations and Detail Sketches 14 Apr 2014 The duration of the reviews by the City and by others is two (2) weeks. The project schedule may be subject to adjustment at mutual agreement, whether initiated by the City or Consultant, I IV. DATA AND SERVICES TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will provide the following items and services to the Consultant that will facilitate the studies and preparation of the documents for work within the limits of the Project. The Consultant is entitled to rely on the accuracy and completeness of this and other data furnished and represented by the City and others, including but not limited to, survey and traffic data. These are: 1. Survey, Base Maps, and complete DTM 2. Geotechnical Design Parameters 3. Drainage/Hydraulic Information for Tie-Ins 4. Secure rights-of-entry as necessary. V. INTELECTUAL PROPERTY The documents listed as "Deliverables" in the Detailed Task Description, Section VII of this scope of work, and other exhibits or presentations for the work covered by this AGREEMENT and associated supplements will be furnished by the Consultant to the City upon completion of the various tasks of work Whether the documents are submitted in electronic media or in tangible format, any use of the materials on another project or on extensions of this project beyond the use for which they were intended, or any modification of the materials or conversion of the materials to an alternate system or format will be without liability or legal exposure to Consultant. The City will assume all risks associated with such use, modifications, or conversions. The Consultant may remove from the electronic materials delivered to the City, all references to the Consultant involvement and will retain a tangible copy of the materials delivered to the City which will govern the interpretation of the materials and the information recorded. Electronic files are considered working files only; the Consultant is not required to maintain electronic files beyond 90 days after the project final billing, and makes no warranty as to the viability of electronic files beyond 90 days from date of transmittal. VI. ABBREVIATIONS The following abbreviations are referred to throughout this scope of work: AASHTO American Association of State Highway and Transportation Officials ASTM American Society for Testing and Materials BA Biological Assessment draft COK SCIV Wall Scope vP minimum scope erp.docx 3 of 7 I� 9UOKLawo City of Kent &TAYLOR Scope of Work— Exhibit A BDM WSDOT Bridge Design Manual BRAC Bridge Replacement Advisory Committee DAHP Department of Archaeology and Historic Preservation Ecology Washington State Department of Ecology ECS Environmental Classification Summary ESA Endangered Species Act FEMA Federal Emergency Management Agency FHWA Federal Highway Administration H&LP Highways and Local Programs HPA Hydraulic Project Approval DARPA Joint Aquatic Resources Permit Application LRFD Load Resistance Factor Design NEPA National Environmental Projection Act NMFS National Marine Fisheries Service NRHP National Register of Historic Places PS&E Plans, specifications, and estimates SEPA State Environmental Protection Act I TS&L Type, Size and Location WDFW Washington State Department of Fish and Wildlife WSDOT Washington State Department of Transportation USACE United States Army Corps of Engineers USFWS United States Fish and Wildlife Service I VII.DETAILED TASK DESCRIPTION General Assumptions: 1. The level of effort for each task of work is limited to the amount of labor and expenses indicated in Exhibit 'B°. These costs are itemized in Exhibit 'B' to aid in project tracking purposes only. The budget may be transferred between tasks, provided the total contracted amount is not exceeded. Additional services beyond these limits will be considered Extra Work. 2, The Project duration is anticipated to be as indicated in Section ill, Final design duration has been estimated, and will be finalized later. The Consultant is responsible for meeting deadlines for their tasks only, Consultant has no control over those portions of the schedule related to the tasks performed by the City or any third party. 3. Subsurface. investigation and remedial action associated with hazardous wastes located within the Project limits are not within this scope of services. No hazardous, dangerous, or contaminated soil/ground water is anticipated to be encountered on or within the project limits. Should any of these materials be encountered, addressing the situation will be Extra Work. 4. The analyses, design, plans, specifications, and estimate performed or prepared as part of the Project will be in English units. Metric units will not be used on this Project. draft COK SC IV Wall Scope V2 minimum scope erp.docx 4 of 7 e cuKLANb � `;`?1" City of Kent &TAYLOH Scope of Work—Exhibit A 5. The plans will be prepared in accordance with City of Kent Drafting Standards as applied to AutoCAD drawing software. 6. The City has the authority to approve proposed work scope and schedule changes. Task 1. — Management and Coordination: In this task are described those services necessary to plan, perform, and control the various elements of the project so that the needs and expectations of the City will be met. a. Project Management. Provide direction to the design team. Conduct project coordination meetings as required with appropriate task leaders. Monitor the planned versus actual rate of expenditure for each task and take corrective actions if necessary. Collect from each task leader, the percent complete as measured by how much work is left to be accomplished on a task by task basis. Maintain a high exposure to the project team of the issues to be resolved and their potential impacts to the measures of success for the project. b. Communicate Progress. Conduct ongoing, proactive, responsive communications with the City staff involved in the direction and execution of the project. Attend project coordination meeting at the completion of the DTM. Coordinate the schedule of the reviews to be performed by the City. Prepare and submit monthly invoices with a brief progress report that will include identification of work performed in the previous month's schedule. c. Quality Assurance/Quality Control. The project manager will implement and conduct B&T quality control/quality assurance program throughout the project. This requirement will apply to all subconsultant deliverable work. Assumptions: 1. The Consultant's project manager and/or project engineer will meet with the City's project manager/engineer on as needed basis throughout the project, limited to the estimated level of effort. 2. Internal project team coordination meetings will be held on an as-needed basis during project duration. These meetings will be in addition to the coordination meetings held with the City, but budgeted as part of the specific work tasks. 3. Project meetings may involve FEMA and USACE and will require some preparation of meeting materials. The budgeted number of meetings is shown on the attached cost estimate. Deliverables: 1. Monthly Invoices and Progress Report (1 copy) I 2. Written Change Authorizations 3. Meeting preparation and attendance Task 2.— Site Visit: The Consultant will perform the following: The Consultant will conduct a site visit to review the field locations of the wall location. Assumptions: 1. All locations are accessible by foot. 2. Two people for the site visit Deliverables: 1. Field notes and photographs. Task 3. — Conceptual Wall Type Selection: The Consultant will perform the following: draft COIC SCIV Wall Scope v2 minimum scope erodocx 5 of 7 City of Kent nv ono C,t PAT Scope of Work— Exhibit A Perform preliminary engineering to determine the preferred wall type, size and location, and include in the DTM As follows: a. Establish wall design parameters, which include design loadings, construction materials, and design method. b. Evaluate two (2) wall structure types for the selected alignment alternative. Coordinate with the geotechnical engineer to establish wall type, size, and location to be used as a basis for final design. Define geometrics, aesthetics, and structural requirements for the wall design. c. Prepare comparative-level opinion of design and planning-level construction costs for each wall type based on per cross-sectional foot basis d. Document the pros and cons of the two potential wall solution in an email DTM for review and wall type selection by the City. Assumptions: 1. The anticipated structure types to be evaluated will be as listed in Section I of this scope. I Deliverables: 1. Typical sections for the each alternative, for incorporation into the Design Technical Memo, in the form of hand sketch 2. Email Design Technical Memorandum Task 4, — Structural Design: The Consultant will analyze, design, and prepare plans, details, and specifications for the wall in accordance with City and WSDOT requirements as follows: a. Prepare complete structural calculations for the final design of the wall to be depicted on the i plans. A registered Structural Engineer in the State of Washington will seal the cover sheet of the structural calculations. The structural calculations shall include, but are not limited to the following: • Calculations for hydraulic and earth retaining analysis. • Analysis of member strength and stresses for critical stages of construction and criteria based load groups. b. Prepare contract plans for construction of the retaining walls. The plans will include the following information for all wall components: Structural layout and vertical wall geometry. ® Dimensions and configurations of structural components. ® Design notes, general notes, and material notes. Design details, including steel sheet pile, reinforcing, concrete, or other dependent on wall type. Assumptions: 2. Final design of the structures an the Project will be in accordance with the established design criteria. 3. The structures for the Project will be based on the alternative selected in cooperation with the City. 4. A registered Structural Engineer in the State of Washington will seal the final 100% contract plans. 5. See the Level of Effort Estimate for the assumed number of plan sheets that will be required for the wall. draft COK SCIV Wall Scope v2 minimum scope erp.docx 6 of 7 socKuvo I �"'t��"v City of Kent sraYLok Scope of Work— Exhibit A Deliverables: Structural Plan sheets Final Structural Calculations Task 5. — Special Provisions for Wall: Not included in Consultant Scope Task 6. — Compile.Quantities and Prepare Opinion of Probable Cost for the Wall: Not included in Consultant Scope Task 7. Compile Project Deliverables for Wall: The Consultant will assemble the work from each of the foregoing final design work tasks into 60 and 100 percent design submittals to the City, Assumptions: The final design submittals will be the following: Deliverables: 60 Percent PS&E Submittal j Engineering Sketches for City Drafting I 100 Percent PS&E Submittal • Engineering Sketches for City Drafting • Incorporate City and other agency comments and/or responses • Sealed Plans— Plans Drafted by City Task 8. — Respond to Review Comments: Following the City's review of the 60 and 90 percent PS&E Submittal packages, the Consultant will coordinate with City representatives to discuss the City's comments. The engineering sketches will be modified by the Consultant to address these review comments. A written response will be provided to the City for those comments not incorporated into the design. i Assumptions: 1. The City will provide a set of review comments for response by the Consultant. Deliverables: Prepare written responses to City Comments to the 60 percent Review Submittal Task 9. — Assistance during Pre-Bid& Bid Periods: Not included in Consultant Scope draft CUK SCIV Wall Scope v2 minimum scope erp.docx 7 of 7 EXHIBIT B city Of Kent Bddkland Taylor SCIV Levee Retaining Wall A.—hoe land L en 5beef one Well N.,If Hoars/ -r, Pr aG $IryCtOF3 Prof En01 GADDI Prat Wa9lenmb Elaore Gne¢f P al l no er En Lea Te:n Aamm c Qo r mi Mngw -oon Ceat ou 00 In $ W M Sa.g Sac oO SOC CO 1 iLi d fir les I,(k} t 1�1 sNus rd MST n enin - 1 'K+ � F s'1" P . g 4 0 s4z CO I 1 F 1/el 1 'Ren, e 1.1,olin, i -- -- I� 1 0 h C l0 $6cOL0 r[ I A e nand E e:n,llnn s �1 a 'dk .1 1 � 12, CI Sin fiLwltrimv IC elon fly viell 4 __' 4.. 5640,c0 T la Stla UisXs 0 0 h 0 0 0 4 Y140P0 1 t.✓: } a yj, Ii .l Iht i aI £ 1.'; 11 1 J 1rC i1 i 1 _ A><I f 8 C k>4•�_ �'aY: Tdax� - 1 ormcap(rwl�iij�`pq�r� - _ Gonce L Vlend eketabc* _ ] 3 318100 2 2 4 G PtF to tlTeN_. _ _ -- 1 g 5 $31500 Gcm aabla-ve'.Op _ c 3 09 0 0 0 12 ST65.Oc T I I C n.epLL'al lNxllT e5elecAen sa. I0 in DI(f it z z Stzc co an 1 doeallnr -'_ 12 4 Je 33eC,C0 [ ny 6keW IN Pl rPleparzb CFlO bYCM 1 � 2 B 3 13 3925.00_ T f Lial Oesl9n , O 2 0 32 D 0 Y 31 51,9z6.eC 85hi4d T£ x A.rPT .toil l t >k77,777, r. m Fw� .. D 4 5 1"11eaa6ov(enM) natl�leaw "" r .l ep m Ip nxenn rorwa9 D 0 D 0 D g 0 D g s9,De iaske a lla Qua�IlAle31?5p,q�LdePa�A�rrv� a .'�'3 A `.r�r-t 4"' ` ,�. 1 irU- ,/.:��r o W 1 L 1 NotImwd a I 0 $O.cO ml P EAr (BO%). _ Notlml a a - 0 - $0.00 Fl 1611 (laC% Nctheluded — - Total C pl Q tae ]0 N tP-1 0 0 0 0 0 Sun 0 - 4 1 i. Y.• 9 .i h 1 r " i 1 ) 11 _,,,ng Cm p gall w[aLl'u for Wall c r eoe.Ne_,emee � e _ 2 z - 4 311000 Tl.l 77,o PMeet O 1'nabin"br W19 �� 0 D 0 2 0 0 4 J 3190,00 V rayk 6u ei _ 2 3 e••a195 G0 1 I P wft v O ole ] 4 1 0 2 1 0 0 D 3 61 0 T9.A$._19 snnaaduRi DPh,J!1d89yd�GrpA �__ _t A .i.. oDvtlnogl P '.nn 1111m901 Tola Arsldnnce d1.1 To fit S Ed Petlaae - 0 0 0 0 0 0 o D s0aa i rot is _ 1 10 I 9 T ca 36cco0 r OUTRIDE Ii_EpA9OR6A9LE5 4flT Oreel Baldry P 50,8640c Ler 50.Dc 66T.,.ni-dd 119.10% 54WO.2 _ ctlt, ging 86T Dootolal SB,4W22 M141eo6e1pns.Vehklo($0.661m IoJ $IOO.CO wol. 50.00 Dyfkr. 30% 61,15s,60 6up011ex,Plmlaa $cD0 Ou[51de RelnburaeMcs $iZ.00 Qe,od,d., 60.E0 5ubcsnsuAants SD.on Pmwg^/Doffvery 50.30 TMAL= SeM.13 Other SO W Monaemem Reserve Fand= 0 f% $0D0 g Oh a,'0 M R Tom: 61��c oDOD .RAND TOTAL= _ S919R Nona: 1)tnls eo9mae le anaed nv Ne N/o"If sllmnative aemdbod In Ina scopo a aJ rnb ssflmz/e aaume+nml lnc etrymo Pme eeHpmnprepnetlen 1).al dralmpe design and Jlta!MO nv ml inf h)G,,tiJ prepare all plan eh-ts loom en[beeM,skelabea 91 No mce m raa6 meatln,or1191a1epham Fle:G'rDnaiman¢anY 6a'WrpsMmad/N CIl:E11i.YIAG61Loc319eGn6srrempoar/Monet�Yezll''onlo'rCCNIcvkD6PGYJiCldrnfl GOK A]IV neel6^LOE'AmPtm6rm aeopo orpd age f al/ 6neeo ll sn aJ end 1,L EXHIBIT C INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT (Continued) 3. Professional Liability insurance shall be written with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. it _ - _ Ir A�corza CERTIFICATE OF LIABILITY INSURANCE DATE;2l14(2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER" THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be-endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). _ .- PRODUCER CONTACT NAME SentlV Treleaven Wills Of Illinois PHONE FAX 233 South Wacker Drive NC No ExII 604805-3G72 (No No): 6C4�93-5T46 p� Chicago,IL 'AIL 1 80606 ADDRESS: se d .Ireleeven yi II's com PRODUCER I CIISTOMERID#'. NIA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A:Travelers Indemnity Company of America 25666 Buckland&Taylor Inc. INSURER B: l Buckland&Taylor International Inc. INSURER C: _.. s 220 West Mercer Street INSURER D: _ Suite W100 INSURER E: .. - Seattle,WA 98119 INSURER F: Nr COVERAGES THIS IS TO CERTIFY THAT I HE 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 THETERM_S,EXCLUSIONS AND CONDITIONS OF SUCK POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - IN ADDL SVe POLICY EFF POLICY EXP SR LTR TYPE OF INSURANCE INSR R POLICY NUMBER (MMIODNY) (MMIDOIYY) LIMITS A GENERAL LIABILITY bVVD :ACHOCCURRENCF $1,00D,CDC Y a80-3D816768 07/01/2013 07/01/2014 DAMAGES TO RENTED X COMMERCIAL GENERAL LIABILITY PRFMISESjEa oc,urrence $300000 CLAIMS-MADE %� OCCUR MED ESP(Any one perwn) $5,000 _PERSONAL&ADV INJURY_ $1,C00,uLu GEN ERAL AGGREGATE $2,00D,000 PRODUCTS-COMPIOP $2,000,000 GENT AGGREGATE LIMITAPPLIES PER: AGG_.__ _ 3 PRO X POLICY LOC JECT 1 _ — COMBINED SINGLE LIMIT it A AUTOMOBILE LIABILITY Y BA3DB1773A 07/D112013 07/01/2014 (6aaccident) ANY AUTO BED ILY INJURY(Par pers nnl ALL OWNED ADIOS 6ODILY INJURY(Per oamenp PROPERTYRAMAGF SCHEDULED AUTOS Pcrecadem S1,OOD,C00 x HIRED AUTOS x NON-OWNED AUTOS $1,000,000 !j e A % UMBRELLA LIAR % OCCUR EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE CUP-3D817B82 07/01/2013 07/01/2014 AGGREGATE $s,000,DC0 DEDUCTIBLE $ x I SELF-INSURED RETENTION$10,000 $ p E.L.EACH ACCIDENT $ I C.L.DISEASE-EA $ EMPLOYEE DISEASE-POLICY a 11 LIMIT OTHER t The City of Kent is included as an additional Insured, but solely with respect to liability arising out of the business operations of the Named Insured in relation to the"Horseshoe Bend Levee Retaining Wall'Consultant Services Agreement.The policies noted above contain cross-liability/severabillty of interests clauses.A copy of the Blanket Additional Insured/Primary and Non-Contrlbutory Endorsement is attached to this certificate. _ CERTIFICATE HOLDER .. CANCELLATION - City of Kent Engineering Attention:Nancy Yoshltake SHOULD ANY OF THE ABOVE,DESCRIBED POLICIES BE CANCELLED BEFFORE 400 West GOWe THE EXPIRATION DATE THEREOF,NOTICE WILL HE DELIVERED IN Kent,WA ACCORDANCE WITI ITHE POLICY PROV NS �? 98032 - ' AUTHORIZED REPRE$ENTATIV i ACORD 25-2010106 ©1988-2010 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD i i i; WillisF CERTIFICATE OF LIABILITY INSURANCE This certificate is issued as a matter of information only and Telephone: (604)5e3-5a31 confers no rights upon the certificate holder. This certificate does Fax: (694)6e3-5746 not amend, extend or alter the coverage afforded by the policies Webalte: a WAIlls.com below. I DATE: February 14, 2014 ISSUED TO: City of Kent Engineering Attention: Nancy Yoshitake 400 West Gowe Kent, WA 98032 Re: Horseshoe Bend Levee Retaining Wall Consultant Services Agreement NAMED INSURED: Buckland and Taylor Inc. k Suite W100, 220 W. Mercer Street f' Seattle, WA 98119 I This is to certify that the policies of insurance listed below have been issued to the insured named above k 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 may have been reduced by paid claims. iu EFFECTIVE DATE: July 1, 2013 EXPIRY DATE: July 1, 2014 (12:01 Standard Time) COVERAGE: Professional Liability Insurance LIMITS: $ 5,000,000. each occurrence and aggregate COVERAGE TERRITORY: Worldwide ' INSURER: AIG Insurance Company i i POLICY NO.: 260 06817 The undersigned hereby certifies that the above policy is now in force and it is hereby agreed that the insurer shall F endeavor to provide the certificate holder with 30 days notice of cancellation but failure to mail such notice shall impose no obligation or liability of any kind upon the company,its agents or representatives. WILLIS CANADA INC. PER: Authorized Representative Willis Canada Inc. f 1500-1095 West Ponder Street Vancouver,BC VeE 2M5 3 I u COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) p r This endorsement modifies insurance provided underthefollowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART '+ A. The following is added to WHO 15 AN INSURED INSURANCE (Section III) for this Coverage (Section II): Part. Any person or organization that you agree in a B. The following is added to Paragraph a. of 4. "contract or agreement requiring insurance"to In- Other Insurance in COMMERCIAL GENERAL P elude as an additional insured on this Coverage LIABILITY CONDITIONS(Section IV): Part, but only with respect to liability for"bodily in- However,if you specifically agree in a"contract or p u "property dams e" or "personal injury" e jury", g P J Y�� agreement requiring insurance"that the insurance caused, in whole or in part, by your acts or omis- provided to an additional insured under this Cov- sions or the acts or omissions of those acting on erage Part must apply on a primary basis, or a your behalf: primary and non-contributory basis,this insurance a. In the performance of your ongoing opera- is primary to other insurance that is available to tions; such additional insured which covers such addi- �I b. In connection with premises owned by or tional insured as a named insured,and we will not rented to you;or share with the other insurance, provided that: ;, c. In connection with "your work" and included (1) The "bodily injury" or "property damage" for a within the "products-completed operations which coverage is sought occurs; and hazard". (2) The "personal injury" for which coverage is Such person or organization does not qualify as sought arises out of an offense committed; an additional insured for "bodily injury", "property after you have entered into that "contract or damage" or "personal injury" for which that per- agreement requiring insurance". But this insur- son or organization has assumed liability in a con- ance still is excess over valid and collectible other tract or agreement. insurance, whether primary, excess, contingent or The insurance provided to such additional insured on any other basis, that is available to the insured F. is limited as follows: when the insured is an additional insured under any other insurance. d. This Insurance does not apply on any basis to 11 any person or organization for which cover- C. The following is added to Paragraph 8. Transfer age as an additional insured specifically is Of Rights Of Recovery Against Others To Us I GENERAL LIABILITY CON- age by another endorsement to this Cover- in COMMERCIAL GE P age Part. DITIONS (Section IV): e. This insurance does not apply to the render- We waive any rights of recovery we may have ing of or failure to render any "professional against any person or organization because of services". payments we make for "bodily injury", "property 'j_ f. The limits of insurance afforded to the add!- damage" or "personal injury" arising out of "your tional Insured shall be the limits which you work" performed by you, or on your behalf, under nt requir- ing a"contract or agreement requiring insurance"with agreed in that "contract or agreemeN insurance" to provide for that additional that person or organization. We waive these insured, or the limits shown in the Declare- rights only where you have agreed to do so as tions for this Coverage Part, whichever are part of the "contract or agreement requiring insur- less.This endorsement does not increase the ance" with such person or organization entered limits of insurance stated in the LIMITS OF into by you before, and in effect when, the"bodily CG D3 81 09 07 o 2007 The Travelers Companies,Inc. Page 1 of 2 Includes the copyrighted material of Insurance Services Office,Inc.,with its permission i . I �y COMMERCIAL GENERAL LIABILITY E Gi injury" or "property damage" occurs, or the "per- erage Part, provided that the "bodily injury" and sonal injury"offense is committed. "property damage" occurs, and the "personal in- D. The following definition is added to DEFINITIONS jury"is caused by an offense committed. (Section V): a. After you have entered into that contract or "Contract or agreement requiring insurance" agreement; means that part of any contract or agreement un- Is. While that part of the contract or agreement is der which you are required to Include a person or in effect; and u organization as an additional insured on this Cov- c. Before the end of the policy period. '- r k t t li h r; fl I t: �i I A t` i 8 I[I I' G i 41 Page 2 of 2 0 2007'rhe Travelers companies,Inc. CG D3 87 09 07 L' Includes the copyrighted material of Insurance Services Office,Inc.,with its permission ASI TRAVELERS J One Tower Square, Hartford, Connecticut 06183 COMMON POLICY DECLARATIONS POLICY NO.: 680-3D816768-TCT-13 OFFICE PAC ISSUE DATE: 07-18-13 B U S I I ES S:ENGINEERS INSURING COMPANY: THE TRAVELERS INDEMNITY COMPANY OF CONNECTICUT 1. NAMED INSURED AND MAILING ADDRESS: BUCKLAND & TAYLOR, INC. ; AND AS PER IL TS 00 220 W MERCER ST, STE W100 SEATTLE WA 98119 2. POLICY PERIOD: From 07-01-13 to 07-01-14 12:01 A.M. Standard Time at your mailing address. 3. DESCRIPTION OF PREMISES: ADDRESS PREM. LOC, NO. BLDG. NO. OCCUPANCY (same as Mailing Address unless specified otherwise) 01 01 ENGINEERS 220 W MERCER ST, STE W100 SEATTLE WA 98119 02 01 ENGINEERS 276 5TH AVE, STE 1006 NEW YORK NY 10001 A. COVERAGE PARTS AND SUPPLEMENTS FORMING PART OF THIS POLICY AND INSURING COMPANIES COVERAGE PARTS and SUPPLEMENTS INSURING COMPANY Bus;nessowners Coverage Part TCT 5. The COMPLETE POLICY consists of this declarations and all other declarations, and the farms and endorse- ments for which symbol numbers are attached on a separate listing. 6. SUPPLEMENTAL POLICIES: Each of the following is a separate policy containing its complete provisions. POLICY POLICY NUMBER INSURING COMPANY DIRECT BILL 7. PREMIUM SUMMARY: Provisional Premium $ Due at Inception $ Due at Each $ NAME AND ADDRESS OF AGENT OR BROKER COUNTERSIGNED BY: WILLIS OF ILLINOIS INC CSN36 233 SO WACKER DR STE 2000 Authorized Representative CHICAGO IL 60606 IL TO 19 02 05 (Page 1 of 02) DATE: OffiCC; SPECIALIST A&E DOWN TRAVELERS!' One Tower Square, Hartford, Connecticut 06183 BUSINESSOWNERS COVERAGE PART DECLARATIONS OFFICE PAC POLICY NO.: 680-313816768-TCT-13 ISSUE DATE: 07-18-13 INSURING COMPANY: THE TRAVELERS INDEMNITY COMPANY OF CONNECTICUT POLICY PERIOD: From 07-01-13 to 07-01-14 12:01 A.M. Standard Time at your mailing address. FORM OF BUSINESS: CORPORATION COVERAGES AND LIMITS OF INSURANCE: Insurance applies only to an item for which a "limit" or the word "included" is shown. COMMERCIAL GENERAL LIABILITY COVERAGE OCCURRENCE FORM LIMITS OF INSURANCE General Aggregate (except Products-Completed Operations Limit) $ 21000,000 Products-Completed Operations Aggregate Limit $ 21000,000 Personal and Advertising Injury Limit $ 11000,000 Each Occurrence Limit $ 1,000,000 Damage to Premises Rented to You $ 300,000 Medical Payments Limit (any one person) $ 5,000 BUSINESSOWNERS PROPERTY COVERAGE DEDUCTIBLE AMOUNT: Busineasowners Property Coverage: $ 500 per occurrence. Building Glass: $ 500 per occurrence. BUSINESS INCOME/EXTRA EXPENSE LIMIT: Actual loss subject to a maximum limit of $ Period of Restoration-Time Period: 72 Hours ADDITIONAL COVERAGE: Fine Arts: $ other additional coverages apply and may be changed by an endorsement. Please read the policy. SPECIAL PROVISIONS: COMMERCIAL GENERAL LIABILITY COVERAGE IS SUBJECT TO A GENERAL AGGREGATE LIMIT MP TO 01 02 05 (Page 1 of 02) BUSINESSOWNERS PROPERTY COVERAGE PREMISES LOCATION NO. : 01 BUILDING NO. : 01 LIMIT OF INFLATION COVERAGE INSURANCE VALUATION COINSURANCE GUARD BUSINESS PERSONAL PROPERTY $ RC* N/A 3.0% *Replacement Cost COVERAGE EXTENSIONS: Accounts Receivable $ _ Valuable Papers $ PREMISES LOCATION NO. : 02 BUILDING NO. : 01 LIMIT OF INFLATION COVERAGE INSURANCE VALUATION COINSURANCE GUARD BUSINESS PERSONAL PROPERTY $ RC* N/A 3.0% *Replacement Cost COVERAGE EXTENSIONS: Accounts Receivable $ Valuable Papers $ Other coverage extensions apply and may be changed by an endorsement. Please read '.. the policy. MP TO 01 02 05 (Page 2 of 02) POLICY NUMBER: 680-3D816768-TCT-13 EFFECTIVE DATE: 07-01-13 ISSUE DATE: 07-18-13 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 19 02 05 COMMON POLICY DEC MP TO 01 02 05 BUSINESSOWNERS COVERAGE PART DECS IL T8 01 01 01 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL T3 16 05 12 COMMON POLICY CONDITIONS - WASHINGTON BUSINESSOWNERS MP T1 30 02 05 TBL OF CONT-BUSINESSOWNERS COV-DELUXE MP T1 02 02 05 BUSINESSOWNERS PROPERTY COV-SPEC FORM MP T1 05 02 05 AMENDATORY PROVISIONS-OFFICES MP T1 75 03 06. WINDSTORM OR HAIL PERCENTAGE DED MP PO O1 09 07 ARCHITECTS,ENGINEERS & SURVEYORS END MP T5 30 03 10 FUNGUS, WET/DRY ROT CHGS-NY MP T3 07 03 97 PROTECTIVE SAFEGUARDS-SPRINK&RESTAURANT MP T3 25 01 08 TERRORISM RISK INS ACT OF 2002 NOTICE MP T3 29 02 05 ERISA COVERAGE MP T3 49 10 06 BUS INC & EXTRA EXP POL LEVEL DOLLAR LMT MP T3 50 11 06 EQUIP BREAKDOWN SERV INTERRUPTION LIM MP T3 56 02 08 AMENDATORY PROVISIONS-GREEN BLD MP Tl 55 02 05 AMEND EMPLOYEE DISHONESTY LIMIT CP 01 60 12 98 WASHINGTON CHANGES - DOMESTIC ABUSE MP T5 45 11 10 NEW YORK CHANGES MP T4 31 12 09 WA CHANGES COMIMERCIAL GENERAL LIABILITY CG D3 15 11 03 BLANKET DESIG LOCATIONS GENL AGGR LMT CG TO 34 11 03 TABLE OF CONTENTS CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM CG D2 55 11 03 AMENDMENT OF COVERAGE - POLLUTION CG ➢3 09 11 03 AMEND ENDT-PRODUCTS-COMPLETED OPR HAZARD CG D3 81 09 07 ADDT INSURED ARCHITECT,ENGINEER,SURVEYOR CG D4 71 02 09 AMEND COVERAGE B - PERS & ADV INJURY CG 21 70 Ol 08 CAP ON LOSSES-CERTIFIED ACTS-TERRORISM GN O1 13 11 03 EMPLOYERS OVERHEAD LIABILITY CG DO 37 04 05 OTHER INSURANCE-ADDITIONAL INSUREDS CG. D2 03 12 97 AMEND-NON CUMULATION OF EACH OCC CG D3 79 09 07 ARCHITECT,ENGINEER,SURVEYOR XTEND ENDORS CG D4 13 04 08 AMENDMENT OF COVERAGE-COOLING-POLLUTION CG D3 26 10 11 EXCLUSION - UNSOLICITE➢ COMMUNICATION CG D3 56 01 05 MOBILE EQUIP/EXCL VEHICLES SUB TO MV LAW CG D3 80 10 11 EXCL-ENGIN ARCHITECT OR SURVEY PROF LIAR CG D4 21 07 08 AMEND CONTRAC LIAR EXCL-EXC TO NAMED INS CG D6 18 10 11 EXCL-VIOLATION OF CONSUMER FIN PROT LAWS IL T8 01 01 01 PAGE: 1 OF 2 POLICY NUMBER: 680-3DB16768-TCT-13 EFFECTIVE DATE: 07-01-13 ISSUE DATE: 07-IB-13 COMMERCIAL GENERAL LIABILITY (CONTINUED) CG DO 76 06 93 EXCLUSION-LEAD CG D1 42 01 99 EXCLUSION-DISCRIMINATION CG F2 45 07 02 EXCLUSION - WAR - WASHINGTON CG T4 78 02 90 EXCLUSION-ASBESTOS CG F2 63 08 11 NEW YORK CHGS-CGL COVERAGE FORM CG F2 66 11 03 WA CHANGES EMPLOY RELATED PRACTICES EXCL CG F4 66 01 08 WASHINGTON CHANGES-WHO IS AN INSURED CG 26 21 10 91 NY CHANGES-TRANSFER OF ➢UTIES CG FO 94 09 95 EXCLUSION-LEAD-NEW YORK CG T3 33 11 03 LIMIT WHEN TWO OR MORE POLICIES APPLY CG 01 04 12 04 NEW YORK CHANGES-PREMIUM AUDIT INTERLINE ENDORSEMENTS IL FO 63 05 13 NY-EXCL OF LOSS DUE TO VIRUS OR BACTERIA IL T3 82 08 06 EXCL OF LOSS DUE TO VIRUS OR BACTERIA IL TB 00 GENERAL PURPOSE ENDORSEMENT IL T3 79 01 08 CAPS ON LOSSES FROM CERT ACTS OF TERROR IL 81 57 07 02 WA CHANGES - ACTUAL CASH VALUE IL 01 73 07 02 WA CHANGES-EXCLUDED CAUSES OF LOSS IL 01 83 08 08 NEW YORK CHANGES - FRAUD IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T8 01 01 01 PAGE: 2 OF 2 I CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT z I This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the ill Agreement. I, the undersigned, a duly represented agent of Buckland & Taylor Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Horseshoe Bend Levee Retaining Wall that was entered Into on the March 12, 2014 (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. A w By: C r�• j�0 L,)X For: Uc �Ln-�DYLU,2 it. , Title: -ALP Date: 2s GS 3 n! i✓a r" G I I � I 4 ' 9 I I it I i EEO COMPLIANCE DOCUMENTS - 1 3i I