Loading...
HomeMy WebLinkAboutPW14-170 - Original - GeoEngineers, Inc. - 240th St. Slope Stabilization - Contract - 07/02/2014 Records Manaeme °n ksa , KEN T WASHI NOTON � Document $ h rs l I a 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: GeoEngineers, Inc. Vendor Number: JD Edwards Number Contract Number: ywa 14 r t This is assigned by City Clerk's Office Project Name: 240th St. Slope Stabilization Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/15 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Stephen Lincoln Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide services to design a repair for a slope instability located on SE 240th Street — - -- - -- between 144th Avenue SE and 146 Place 5E. S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT W. '.., CONSULTANT SERVICES AGREEMENT between the City of Kent and GeoEngineers, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GeoEngineers, Inc. organized under the laws of the State of Washington, located and doing business at 1101 S. Fawcett Ave., Suite 200, Tacoma, WA 98402, Phone: (253) 383-4940/Fax: (253) 383-4923, Contact: Lyle Stone (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 services to design a repair for a slope instability located on SE 240th Street between 144th Avenue SE and 146th Place SE. 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, 2015, III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Sixty Six Thousand Dollars ($66,000.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. 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 CONSULTANT SERVICES AGREEMENT - 1 (Over $10,000) 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 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 (Over$10,000) I 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 B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, and agents in the performance of the contract work and shall utilize all protection necessary for that purpose and shall cause any subcontractors hired by Consultant to be responsible for the safety of its employees and agents. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law, This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) 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 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. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. J. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT:- .—% /' tt rr By: 3 — . k m By (sign ture) '}} ?" (signature) !, Print Name: �r,C ' S e r'S Pr}rt Piam : Suzette Cooke Its 0A+fvtP4C Isis/ Mayor f IItle� DATE: f �t t DATE: 1 ✓° '' NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Lyle Stone Timothy J. LaPorte, P.E. GeoEngineers, Inc. City of Kent 1101 S. Fawcett Ave., Suite 200 220 Fourth Avenue South Tacoma, WA 98402 Kent, WA 98032 (253) 383-4940 (telephone) (253) 856-5500 (telephone) (253) 383-4923 (facsimile) (253) 856-6500 (facsimile) AP VED AS O FO M." i Kent Law Depa ment Ge.En,Mn -240'"Slope/Lincoln CONSULTANT SERVICES AGREEMENT 5 (Over$10,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities, 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ' tt For: C-4 ' Title: ffi�{ ry{te/sc Date: '{ r° . EEO COMPLIANCE DOCUMENTS - 1 it 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. j Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. I i EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of 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 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: i EEO COMPLIANCE DOCUMENTS - 3 i EXHIBIT A G7EOENGINEERS 1101 South Fawcett Avenue,Suite 200 Tacoma,Washington 98402 253.383.4940 June 11, 2014 City of Kent 220 Fourth Avenue South Kent, Washington 98032-5895 Attention: Mark Howlett Proposed Scope and Budget File No. 0410.188-01 INTRODUCTION AND PROJECT UNDERSTANDING The purpose of ourservices is to design a repair for a slope instability located on the north shoulder of SE 240th Street between 144th Avenue SE and 146th Place SE In Kent,Washington. Our initial evaluation of the area and preliminary options for repairs were provided in a memorandum dated April 1,2014 and a letter dated April 25,2014. Our letter discussed options to realign the road, construct a structural earth wall (SEW), or construct a soldier pile wall. We understand that you wish to proceed with design of the soldier pile wall, because It is less likely to require acquiring additional right-of-way or relocating existing utilities. It appears that the unstable area, where the soldier pile wall will be constructed, is about 180 feet long. Our study will include about 350 feet of road from the crest of the hill east of 144th Avenue SE down to 146th Place SE, The soldier pile wall will be located on the down slope shoulder of SE 240th Street. The wall will be designed to support all of the observed sloughing soil, but lagging will only be placed in the upper 3 to 5 feet of the wall. If or when the slough extends further down the slopa, additional lagging will need to be placed. We will design the wall to extend beyond the current unstable area including provisions for adding soldier piles if adjacent areas become unstable In the future. i ASSUMPTIONS AND DESIGN CRITERIA * City of Kent will provide all necessary topographic/civil site survey In AutoCAD drawing format. The area necessaryfor survey will include approximately 550 feet of roadway. The survey must also include theslope area on either side of the road. The slope survey should extend from the top of the slope south of SE 2401h Street to the bottom of the slope north or SE 240th. We include an optional line item for survey In our budget and can provide these services if required. j to Structural design will be based on 2012 American Association of State Highway and Transportation Officials (AASHTO). rs We will not be reviewing or modifying the roadway alignment for highway geometric standards, project plans will only address repairing the sloughed area. Repaving will be limited to repairing damaged areas from the City of(tent i June 11.2014 Pago 2 slough or from construction. We anticipate this will include Isolated patches, a chip seal (moisture seal)over i the entire area, and restriping as needed. €i City of Kent will manage the construction bidding and construction contracting. GeoEngineers will provide engineering support during bid and construction under a separate contract. SCOPE OF SERVICES i I GeoEngineers and their sub-consultant KPFF Consulting Engineers (KPFF) will provide geotechnical, structural, and civil engineering design services for repair of the slope north of SE 2401h Street. Our proposed geotechnical scope of services is below; KPFF's proposed scope of services is attached. Our deliverable will be a set of construction plans, technical specifications (based on Washington State Department of Transportation [WSDOT] and Kent Special Provisions), and an engineer's estimate of probable construction cost. Ceotoohnical Scope of Services 1. Advance up to four subsurface explorations along the north shoulder of the road in the proposed wall area, The explorations will extend up to 40 feet Into dense glacial soil. We have budgeted for a total of 240 feet of drilling, We will mark our explorations and contact Washington State One-Call prior to starting drilling. A lane closure with traffic control will be required to complete our explorations, We have assumed that the City will provide required street use permits. 2. Provide geotechnical engineering recommendations for use by KPFF to design the retaining wall. Our recommendations will be provided directly to KPFF in the form of design memoranda. We anticipate our design recommendations will Include: w Lateral earth pressures(active and passive). Minimum wall embedment depths required for global stability. ® Wall drainage requirements. AASHTO Seismic Design Parameters, 3. Review 30 and 90 percent plans and specifications prepared by KPFF. 4. Prepare a Geotechnical Basis of Design report presenting a summary of our subsurface investigation and construction recommendations for inclusion with project specifications and bid documents, 5. Prepare a SEPA checklist for the project, We understand that the City of Kent is the local permitting agency. We will prepare SEPA forms and submit them with the plans and specifications for review by the City. 6. Incorporate City comments,as appropriate, and review final plans and specifications prepared by KPFF. i SCHEDULE We understand that this is a time critical repair. We will make every effort to accelerate this schedule where possible. We anticipate that explorations can be completed within two weeks of receiving a signed agreement (depending drilling subcontractor availability). Structural and civil design can begin once the explorations are completed and survey information is received. We anticipate that review documents (30 percent plans)will be delivered to the City two to three weeks after completing explorations and receiving survey information. We anticipate that review I GEOENGINEERS FI,;No.C4.10-11'8 of City of Kent i June 11,2044 Page 3 I documents(90 percent plans)will be delivered to the City four to six weeks after completing explorations and receiving Survey information, Plans and specifications can be finalized within one week of receiving minor comments, TERMS AND BUDGET We understand the professional services listed above be provided in accordance with the terms and conditions most recently negotiated between the City of Kent and GeoEngineers. The fee for the services described above will be determined on a time-and-expense basis usingthe rates indicated on the attached Schedule of Charges. We estimate that our fee for the services outlined above will be generally as shown in the following table, SERVICES ESTIMATED FEE _ Feld Engineering.Reconnaissance and Coordination(GeoEngineers) $6,900_- TrafFlo Control(AGS) $2,600 Subsurface Explorations(Holocene Drilling)[ $10,000 Laboratory Testing(GeoEngineers) $900' Geutechnlcal Engineering and Engineering Revtew(GeoEngineers) $7,300 ` I, SEPA Checklist(000Engineers) $2,000. $12 700 Site Survey(KPFF),(Optionaq (Not Included In Total)�! Structural Engineering(KPFF) $23,000 CIVII Engineering(KPFF) $13,400 . Total: $66,000 We will endeavor to keep you apprised of project status and conditions that may significantly affect our scope and estimate. We will contact you if it appears we will exceed this estimate. Attachments: Schedule of Charges-Redmond/Tacoma 2014 KPFF Proposal I, I i I GEOENGINEERs� Flle IJu.n'110.t5991 Schedule of Charges - 2014 COMPENSATION Our compensation will be determined on the basis of time and expenses In accordance with the following schedule unless a lump sum amount is so Indicated in the proposal or services agreement.Current rates are: Professional Staff StafflScieritisf/Analyst $ 89/hour Staff 1 Engineer .$ 104/hour Staff2Sciontlst/Analyst $ 1�4%hour Staff 2 Engineer $ 120/hour Stuff 3,Sclehtist/Analyst Staff 3 Engineer $ 135/hour Scientls JAna-,at_ 1 $ 151 hour T_ Engineer 1 $ 156/hour Scientist/Analyst-2 = _ '$ , ` d•56/hour' I' Engineer 2 - Y $ 161/hour . Seh1. EngIrooVS6ICptlst/Analys Senior Engineer/Scientist/Analyst 2 $ 187/hour AS'Soo la}e ' _ ,,$ :2tj21pur' Principal $ 223/hour k �� SeniorPrjncipal , ;$: -�249%hqur'_ Technical Support Staff _ Administrator A $ 68%hour Administrator 2 $ 78/hour Administrator 3. _ _�$ 8$- houf - CADTechniclan $ 83/hour CA4Designer 94(hour_T CAD Design Coordinator $ 99/hour Tochntc8n r , . ;$ , —2 Senior Technician $ 88/hour LeadSechnwian $ 99%ISour Software Development Staff DatabaseArchitect Apoyst . $ ?68%hour `f Senior Database Architect/Analyst $ 187/hour BUshnes's Analyst 166 �7our j Senior Business Analyst r $ 187/hour SoftwaYsArchlteCrt/peveloper _ ' �$ 187/hour' Senior Software Architect Developer $ 207/hour IT Project Manager Senior IT Project Manager $ 233/hour Contracted professional and technical services will be charged at the applicable hourly rates listed above.Staff time spent in depositions, trial preparation and court or hearing testimony will be billed at one and one-half times the above rates. Time spent in either local or inter-city travel, when travel is In the interest of this contract, will be charged In accordance with the foregoing schedule. Rates for data storage and web-based access will be provided on a project-specific basis. i- Schedule_Redmontl-Tacoma-Portland-2e1M1 GEOENGINEERS Redmond Tacoma-Portland Schedule of Charges 1 2014 Page 2 of 2 Equipment _ Air Quality Equlpmont perday Air Sparging Field Tool,per day $ 500,00 _ Asbestos sample RtITpor day. Blastmate,per day $ 100.00 - $ 22fobt Sam aqdpling D)Ze Boat(plus,iuel);per day Camcorder,per day $ - 50.00 'Concrete/Masonry Field--Gear,per day--_'� "�. _ .'$ "15A0 Crack Gauges,per gauge r. $ 26,00 _ D&M SahpleY,per Data Logger $ 300.00 a channel,per day - Eieotnoal q'apa,Per day-` - Environmental Exploration Equipment,perday _ $ 150.00 Plow Meter,par day, , . - -r $ A0,00 n and Oxygen Meters,per day day min.) $ 500.00 Gas Detection - - Generatoi,per.dgy(ldaymin�- _ ":{$ .100.c Geotschnioal Exploration Equipment,per day' $ 125.00 OPS Unit-Rrgfasslonal"Qrpdo,Per day Groundwater Development and Sampling Pump,per day(1 day min.) $ 100.00 drdundvane7r MonkorinB'Ecolpment;perday ._ a$ '220.0p Hydrolate Multi Probe,per day $ 10000 _ Interfaceyrobe,Per daK.. $ Nuclear Density Gauge,per hour(4 hour daily min) _ $ 10.00 _ l Operations and Malatenance E4ulpment per day, Peristaltic Pump,per day $ 50,00 PH Metpn(per day) - - PID,FID or OVA,per day $ 100 00 Sampiimg Van/Trall'er,per daY ' ` '!�'$ `�:$0 aximetef put day - T $ 2500 Scuba DiVlpg,per day/per diver. Single Channel Data Logger w/Transducer,per do $ 100 00 Slope indicator,por day,(_l day min.j 200'6 �. Soil Samples(in Rings)`per sampio $ 5.00 Sail samples(in Sleeves};par sample 1 _ _ _`$ '._6,00 -j Spectra Photo Meter,per day $ _45,00 Stereos0ope,perday - '20.00-' Strain Gauge Readout,per day _ $ 40.00 lar 885rs&Air Sampltb0olulpment,�par sAmple` , , — '$ -15 00 Ted ' Turbldny Testing Equipment put day _$ 30.00 Underwater Camera Still por day - i' "$ .r ;50.p0 Underwater Camera-Video per day $ 15000 Vapor Extr GVkf)i`leld Tast,per day'. Vehicle usage per mile,or$50/day,whichever is greater $ 0,65 Votjiole-lMWheeldrLve truck;par day y, _ Water Quality Equipmert,per day $ 125.00 Specialized and miscellaneous field equipment, at current rates, list available upon request, OTHER SERVICES, SUPPLIES AND SPECIAL TAXES Charges for services,equipment,supplies and facilities not furnished In accordance with the above schedule,and any unusual items of expense not customarily incurred in our normal operations, are charged at cost plus 15 percent. This includes shipping charges, subsistence, transportation, printing and reproduction, miscellaneous supplies and rentals, surveying services,drilling equipment, construction equipment,watercraft,aircraft,and special insurance which may be required.Taxes required by local jurisdictions for projects in specific geographic areas will be charged to projects at direct cost. Per diem may be charged in feu of subsistence and lodging. Routinely used field supplies stocked in-house by GeoEnglneers,at current rates, list available upon request. In-hOLISe testing for geoteohnical soil characteristics at current rates,list available upon request. Associated Project Costs(APC) Computer hardware and software, telephone and fax communications, printing and photocopying and routine postage via USPS wli be charged at a flat rate of 6 percent of labor charges. These charges are labeled as Associated Project Costs(APC). All rates are subjectto change upon notification, GEoENGINEER Laboratory Schedule of Charges - 2014 Type of Test Unit Price Soil Index and ClassllloatIon Tests _ sell D$sorlptiod(ASTM D Molsture Content Oven(ASTM D 2216) Mcls(tife/ponsity � - s RI $ 30 ngs � ,.�� . � _ Shelby Tubes woxed tl chunk $ 40 - Tupos{Iipeis) chltnk .. _-. $ Particle Size Analysis Percent Passing No.200(D 1140) $ 55 SIeVe(ASTM D 422;•D e913FGp61ncludes anlrtds 200 Wash,p-ry Sleve) ,, r $ -a-, 90' • J Hydrometer Only(ASTM D 422,minus 010 fractlon) __ $ 130 Pomb(h9d Sieve aridNydroIficer(ASTM D,422-53) _v $ t-200 Organic Content(ASTM D 2974) - $ 65 $pocifld Gravity(ASTM D#54, Sell Resistivity(ASTM G 187) l 5 $ 40 pH of Soil(ASTM 0.4972 y G 51) • - _' .$ 40 Soluble Sulfates(US F.PA 3754) $ 40 Suiddesn '40 Ductile Iron Pipe Research Association 10 Point Soil Evaluation Procedure (ANSI/ANSW C105/A21.5).Includes evaluation of resistivity,PH,Redox potential,sulfides and $ 130 moisture) - AteftietgLimps(QTW,lDi431s), Nonplastic $ 65 _ Compaotlop(ASTM1p 898/D 15_57-MAShfO T 98/tl@0 Methods A,8and 0) t 3 paint z ., _ $ 200 shYlnkage Pont Solt6 by Wax Method(ASTM D 490) =� Strength and Consolldadan Tests TriaBla(ComPrgssion _ Unconfined Comp Strength-UCS(ASTM D 2166) $ _ ,= L 100 Unconsolidated Undralned-UU(ASTM D 2850) $ 210 _ Uhoonsolldated'Undr sued(backpressuresaturation) __. $ AIp4 Consolidated Undralned CU(ASTM D 4767)with pore pressure measurement $ 550 u Oolisolld�ted.Dn'Ined CD(Army`S orpsof-Engineers`6Ni'11d0L2=1906%+ppendlx - Consolidated Untrained or Consolidated Drained(3 points,staged) _ $ 1400 i Cpr?scll�atloR(ASTM P2p35J � -- - WiM 2 timed logd_incremepts• _ _ '. $ - 500 Additional timed load Increments,each $ 50 r 013001ponsl6nal Swell(ASTM D A546) `Klethods Aand'8'a Method C... $ 600 ='CBR�1'polnt wit`h`f'rogtor(ASTM 6-1883) = $ $50 Additional points,each $ 90 5chedule_LaU Inside_Charges_Redmond 2.014 GEOENGINEER5 i Redmond Inside I-abormely_Schedule of Charges 2014 Page 2 of 2 j Type of Test Unit Price Permeability Tests GoBs(prltortallirig hapd In rigidpvail permeamgter(ASTM D 2434,.p 5$50) In trlaxlal cell with back pressure saturation(AS-FM D 5084) $ 650 Sell$ample Preparation E 6h 10n 7EXtrop&antl log{Jisual c[Beslfleallon)Shelby tl}be SUMP e Remolding-Remolding a sell sample to desired moisture and density $ 40-$100 " -Hourly- . Comont/timaAreatment $ negotfatdd Aggregate and Rock Tests Unconfined Compression TastjAV l D 7012) " Ohe`test dnlY" More-,han one test $ 55 Sand Equivalent(AASHTO T 176) _ $ 70. , " $peciflg Greq(typFhte/Coarse Aggrsg�tp{AS7Mp127 G12$) __ _ -'.' $ `�� "-70/1G0 `':i i Concrete,Mortar and Grout Tosts i Concrete CyI(6tfiP log;cure,beak,rep it Castand cured,not broken $ 25 Wet by othars(strip,log ours,Breala'repo rt)' �$ —30 Mortar Gyl(strip,log.cure break,report) $ 30 Grout cyl(strip,log,o(re,Break;report) $" 34 Grout Cubes(strip,log,cure,break,report) $ 25 *Please contact us regarding test procedures which are not listed or for tests on contaminated sells, Negotiated unit rates or hourly rates will be charged for these procedures. "NotwABO-redlned. GEOENGINEERL.0 i Consaiting Engineers i June 11, 2014 Mr. Lyle Stone, GE GeoEngineers 1101 Fawcett Ave., Ste 200 Tacoma, WA 98402 Subject: City of Kent Soldier Pile Wall Structural Engineering Scope and Fee Proposal Dear Lyle: KPFF Is pleased to provide this proposal to GeoEngineers for Structural Engineering services for design of a soldier pile wall at SE 240" St. and 146" PI. SE in Kent, WA. GeoEngineers will serve as prime consultant to the City of Kent (City) and will provide Geotechnical Engineering services. KPFF will provide Civil Structural Engineering Services as a sub consultant to Ge- oEngineers. We understand that survey drawings will be provided by the City for use in design, however we have provided a scope and budget for survey to be provided by KPFF as an optional task to the City, BACKGROUND & PROJECT UNDERSTANDING Our understanding of the project is based on information provided by GeoEngineers and from our site visit on June 6, 2014. GeoEngineers has been working with the City to monitor the stability of SE 240'h St. west of the Intersection with 146'h Pl. SE. Over a period of several months, Geo Engineers has observed that the north edge of SE 240'h St. is sloughing, This has resulted in damage to the asphalt pavement and reduction of useable roadway shoulder. If left unattended, the pavement would likely continue to deteriorate ultimately impacting the drive lane. We understand that the City's preferred option for remediation is to install a soldier pile wall at the North side of SE 240'h St to retain and protect the roadway and soil beneath. The wall is anticipated to be a cantilevered wall approximately 350 foot long with a retained height of 15 feet. KPFF proposes the following SCOPE OF WORK to prepare Construction Documents for the soldier pile wall to protect SE 2401h St. SCOPE OF WORK Based on our understanding of the project we propose the following Scope of Work: 1. Structural Engineering: Scope includes the following tasks: a. Review of Geotechnical Engineering for the soldier pile wall: Goo Engi- neers will provide a lateral earth pressures and geotechnical design recommendations, based on geotechnical explorations, for our use in design of the soldier pile wall. KPFF will review the information and coordinate the wall design with GeoEngineers, 1201 Pacihc Avenue,SoRe 800, Tacoma, WA 98402 (253)385-0150 Fax(253)396-0162 Seatile Tocoina Lacey Portiand San Francisco Sacramento Los Angeles Long Beach /Nine San Diego Phoenix St.Louis Mr. Lyle Stone June 11, 2014 Page 2 b. Preparation of Construction PS&E Documents: Task includes preparation of Structural Engineering Plans, Technical Specifications, and Engineer's estimate of probable construction cost (PS&E) for the bid and construction of the soldier pile wall. KPFF will deliver Construction Documents and Calculations stamped and signed by a registered Washington State Structural Engineer. 2. Civil Engineering: Scope includes the following tasks: a. Preparation of Construction PS&E Documents: Preparation of Civil Engi- neering Plans, Technical Specifications, and Engineers estimate of probable construction cost. The Civil documents will include a site plan, wall alignment, and temporary erosion and sediment control plan (TESC). b. Review of the Existing Storm Water Conveyance: Currently, storm water runs off the pavement, which may be contributing to the pavement damage. Once the new wall is in place, the storm water pathway may be altered. A brief study of the current and potential pathway will be made so as to determine what, if any, work should be done in construction to mitigate potential future problems, This study includes review of any record drawings that the City provides with re- gard to storm water systems in the vicinity of the project and review of the survey. The initial level of effort assumed for this task is minimal. If a brief study reveals that a more detailed analysis, and/or design, is warranted, KPFF will notify GeoEngineers and the City before proceeding. 3. Survey: Scope includes the following tasks as on optional task: a. Perform Topographic Survey: This task will include the following items: i, Perform GPS control survey to establish vertical datum and horizontal coordinate system on City of Kent control network. ii. Perform control survey of approximately 650 linear feet of SE 240"' St. to extend from the top of the slope to the southwest to the Sees Creek Trail at the bottom of the slope to the northeast. iii. Locate trees adjacent to the northeast side of the road, iv. Obtain services of a private utility locator to locate underground utilities contained within the project area. v. Prepare AutoCAD basemap with section lines, right of way lines, and topographic survey with 1-foot intervals. SCHEDULE It is our understanding that the City would like to proceed with construction of a wall as soon as possible so as to have the wall in place prior to the start of the winter storm season. KPFF will coordinate with GeoEngineers on the design schedule to begin design as soon as possible af- ter the geotechnical explorations are complete. From the date that a usable survey, Notice to Proceed is provided by the City and Geotechnical design recommendations are provided by GeoEngineers, we anticipate to deliver 30% Submittal Documents within 3 weeks. ASSUMPTIONS We have made the following assumptions in writing this proposal: Mr. Lyle Stone June 11. 2014 Page 3 1. The Structural and Civil Engineering Scope includes (1) kick-off meeting at the City of Kent. 2. KPFF will provide a 30% Submittal with Wall Layout and General Site Plan and a 90% Review set of documents for the City to review and comment prior to issuing Final Documents for bid and construction. 3. Technical specifications will be provided as Special Provisions to the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, as amended by the City of Kent. 4. All necessary topographic survey information will be provided by the City. Survey in- formation will be provided in AutoCAD drawing format. The area necessary for survey will be coordinated between the City, GeoEngineers, and KPFF, and will include ap- proximately 550 feet of roadway from the top of the slope to the South of SE 240`h St, to the bike path near the bottom of the slope to the North. 5. GecEngineers will provide geotechnical design information and permitting services. 6. Separate exhibits will not be necessary for permitting. The Construction Drawings may be used for permitting. li 7. Structural design will comply with 2013 WSDOT Design Manual and AASHTO _RFD Bridge Design Specifications as amended by the City of Kent. 8. The anticipated construction work is below the threshold for triggering storm water con- veyance or storm water quality improvements. Therefore this proposal does not include preparation of a Stonnwater Site Plan or Stormwater Pollution Prevention Plan, 9. Discharge locations will not be changed. 10. We understand that a soldier pile wall is the current preferred option. If during design, another alternative is identified as the preferred option, we will notify GeoEngineers and the City prior to proceeding. 11. The project manual will be assembled by others. 12, Survey will not be a boundary survey, property corners will not be set and no record survey will be recorded. All boundary and righ-of-way lines will be based on found monumentation and best available record information. 13. KPFF will be allowed unrestricted access to the site. 14. No title report or title analysis will be required. 15. Utility locations will be based on on-site locates and best available record information and should be considered approximate only. Potholing utilities is not part of this scope. 16. The survey will contain information required for the purpose of preparation of construc- tion documents for the soldier pile wall only. Signed survey sheets will not be provided. Mr. Lyle Stone June 11, 2014 Page 4 ADDITIONAL SERVICES Additional Services include all services that are not part of this Scope of Work as described above. This includes those services that arise as a result of unforeseen circumstances during the design or construction of the project and will require an additional fee or adjustment to the schedule. Additional services will be billed on an hourly basis or for a stipulated sum, Typical items considered Additional Services include: 1. Services resulting from changes in scope or magnitude of the Project as described in the Project Understanding and Scope of Work. 2, Redesign to reduce construction cost where the reason for the excessive cost is outside the control of KPFF. 3. Redesign requested to accommodate particular construction materials, methods, or se- quences proposed by Value Engineers, Bidders, or the General Contractor as alternatives to those indicated on the Contract Documents. 4. Redesign requested to accommodate changes to Federal, State, and Local regulations that could not have been reasonably anticipated during design. 5. Services required to accommodate site conditions discovered during design or con- struction that could not reasonably have been anticipated at the time this proposal was written. 6. Temporary shoring for site excavation, 7. Services related to a public hearing, arbitration, or legal proceedings in connection with the approval of the project. 8. Services resulting from corrections or revisions required because of deviations from the Contract Documents during construction. 9. Preparation of exhibits and/or narratives intended for permit applications that is not oth- erwise listed above. 10. Special Inspection and Testing services. 11. Services necessitated by fire or other damage to construction. 12. Preparation of a Storm Water Report. 13. Bid and construction support services may be provided under a separate contract. 14, The road alignment and grading will not be altered. 15, Preparation of a Technical Information Report(drainage report). FEE We propose to perform the above Structural and Civil Engineering Scope of Work for an esti- mated maximum fee of$31,660 broken down as follows, Task 1 —Structural Engineering $19,980 Task 2— Civil Engineering $11.670 Total for Task 1 and 2 $31,660 Mr. Lyle Stone June 11,2014 Page 5 At the option of the City, we propose to perform survey services for an estimated fee of $10,380, resulting in a total estimated maximum fee of$42,030. Reimbursable expenses for miscellaneous items such as plans reproduction, travel, and deliv- ery services are separate from our fees and will be billed at cost, without mark-up. We anticipate that the total for reimbursable expenses will not exceed $880. KPFF will notify GeoEnglneers prior to proceeding with expenses above the amounts shown below. Utility Locate Service $680 Miscellaneous Expenses �294 Total for Reimbursable Expenses $880 Lyle, we look forward to working with you on this project. Thank you and please call meat (253) 396-0160, if you have any questions or need additional information. Sincerely, t Ian D. Frank, P.E. Scott E. Kuebler, P.E., S.E. Project Engineer Associate I D F:sek Enclosures 114108.1 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS i 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 Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the 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. I� EXHIBIT B (Continued) 2. Commercial General Liabilitv insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. i 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 Consultants insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. EXHIBIT B (Continued) 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. GEOEINC-01 PETRAITISDA acoRO' CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDlIM1'YYI `� 6/16/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION 15 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). CONTACT PRODUCER NAME: _ — Willis of Seattle,Inc. PHONE" - (wc NON (888)467-23 c/o 26 Centu Blvd _INC,No,Ell 877)945.7378 78 _.7 rryy ( E-MAIL P.O. Box 305191 ADDRESS: _ Nashville,TN 37230-5191 INSURER($)AFFORDINa COVERAGE NAIC# INSURER A;Travelers Property Casualty Company of America 25674 INSURED INSURER B:Travelers Indemnity Company 25658 GeoEngineers,Inc. INSURERC;Liberty Mutual Fire Insurance Company 23035 8410154th Ave.NE INSURERD: Redmond,WA 98052 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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 LTR ADD SUBR- POLICY NUMBER MMlDDIYYYY MMIO /YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY / EACH OCCURRENCE § 1,000,000 CLAIMS MADE occuR X P-660-533D1564-TIL-14 I 3131I2014 313112015 PREMISES E�ren� $__. _ 100,000 _MED EXP(Anyone person) $ 5,000 -PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ _ 2,000,000 POLICYa PRO- LOC PRODUCTS-COMPIOPAGG $ _ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT § 1,000,000 B X ANY AUTO X I P-810-532D8376-IND-14 J 3/31/2014 3/31/2015 eoDILY INJURY(Per person) s .ALL OWNED - I SCHEDULED 80DILV INJURY(Pereccitlent) $ AUTOS AUTOS - NON-OWNED PROPERTY DAMAGE $ _ HIRED AUTOS AUTOS - Par ecciden9_ _ ( UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X PER DERH AND EMPLOYERS'LIABILITY C ANY PROPRIETORIPARTNER/EXECUTIVE YIN C2-Z91.451667-014 3/3112014 3131/2015 E.L.EACH ACCIDENT _$ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA 1,000.000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ _ If yes,de scribe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached It more space is required) THIS CERTIFICATE VOIDS AND REPLACES THE PREVIOUSLY ISSUED CERTIFICATE 6/1612014 Re:SE 240th Street Slope Stabilization-GeoEngineers File No.0410-188.01 WA Stop Gap,USL&H and Maritime Employers Liability coverage is included under Workers'Compensation coverage evidenced above. City of Kent is Included as an Additional Insured as respects to General Liability and Auto Liability as required by written contract. General Liability policy includes a Separation of Insureds clause CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent Engineering AUTHORIZED REPRESENTATIVE Nancy Yoshitake 400 400 West GOwe ,Kent WA 98032 ©1988.2014 ACORD CORPORATION. All rights reserved. ACORD 26(2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: P-660-533D1564-TIL-14 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - WRITTEN CONTRACTS (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II —WHO IS plies only to such "bodily injury" or "property AN INSURED: damage"that occurs before the end of the pe- Any person or organization that you agree in a riod of time for which the "written contract re- "written contract requiring insurance"to include as quiring insurance" requires you to provide an additional insured on this Coverage Part, but: such coverage or the end of the policy period, whichever is earlier. a. Only with respect to liability for"bodily injury","property damage" or"personal injury"; and 2 The following is added to Paragraph 4.a. of SEC- TION IV — COMMERCIAL GENERAL LIABILITY b. If, and only to the extent that, the injury or CONDITIONS: damage is caused by acts or omissions of you or your subcontractor in the performance The insurance provided to the additional insured is excess over any valid and collectible "other in- of "your work" to which the "written contract e or requiring insurance" applies. The person or on any whether primary, excess, contingent organization does not qualify as an additional on any other basis, that is available to the addi- insured with respect to the independent acts tional insured for a loss we cover. However, if you or omissions of such person or organization. specifically agree in the "written contract requiring insurance" that this insurance provided to the ad- The insurance provided to such additional insured ditional insured under this Coverage Part must is limited as follows: apply on a primary basis or a primary and non- - c. In the event that the Limits of Insurance of contributory basis, this insurance is primary to this Coverage Part shown in the Declarations "other insurance" available to the additional in- exceed the limits of liability required by the sured which covers that person or organization as "written contract requiring insurance", the in- a named insured for such loss, and we will not surance provided to the additional insured share with that "other insurance". But this insur- shall be limited to the limits of liability required ante provided to the additional insured still is ex- by that "written contract requiring insurance". cess over any valid and collectible "other insur- This endorsement shall not increase the limits ante", whether primary, excess, contingent or on of insurance described in Section III — Limits any other basis, that is available to the additional Of Insurance. insured when that person or organization is an —_ d. This insurance does not apply to the render- additional insured under any"other insurance". — ing of or failure to render any "professional 3. The following is added to SECTION IV — COM- services" or construction management errors MERCIAL GENERAL LIABILITY CONDITIONS: or omissions. Duties Of An Additional Insured e. This insurance does not apply to "bodily in- As a condition of coverage provided to the add!- jury" or "property damage" caused by "your tional insured: work" and included in the "products- a. The additional insured must give us written completed operations hazard" unless the "written contract requiring insurance" specifi- notice as soon as practicable of an "occur- cally requires you to provide such coverage rence" or an offense which may result in a for that additional insured, and then the insur- claim. To the extent possible, such notice ance provided to the additional insured ap- should include: CG D4 14 04 08 ©2008 The Travelers Companies,Inc. Page 1 of 2 005906 COMMERCIAL GENERAL LIABILITY L How, when and where the "occurrence" any provider of other insurance which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover. However, this condition does not affect persons and witnesses; and whether this insurance provided to the addi- iii. The nature and location of any injury or tional insured is primary to that other insur- damage arising out of the 'occurrence" or ance available to the additional insured which offense. covers that person or organization as a named insured. b, If a claim is made or"suit' is brought against the additional insured, the additional insured 4. The following is added to the DEFINITIONS Sec- must: tion: I. Immediately record the specifies of the "Written contract requiring insurance" means that claim or"suit' and the date received; and part of any written contract or agreement under ii. Notify us as soon as practicable, which you are required to include a person or or- ganization as an additional insured on this Cover- The additional insured must see to it that we age Part, provided that the "bodily injury" and receive written notice of the claim or"suit' as 'property damage" occurs and the "personal in- soon as practicable. jury" is caused by an offense committed: c. The additional insured must immediately send a. After the signing and execution of the contract us copies of all legal papers received in con- or agreement by you; nection with the claim or"suit", cooperate with b. While that part of the contract or agreement is us in the investigation or settlement of the in effect; and claim or defense against the "suit', and oth- erwise comply with all policy conditions. c. Before the end of the policy period. d. The additional insured must tender the de- fense and indemnity of any claim or "suit' to i I Page 2 of 2 ©2005 The Travelers companies,Inc CG D4 14 04 08 �t i COMMERCIAL GENERAL LIABILITY POLICYNUMBER: P-660-533D1564-TIL-14 ISSUE DATE: 3/31/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY TOTAL GENERAL AGGREGATE LIMIT DESIGNATED PROJECT(S) - GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART , SCHEDULE Total General Aggregate Limit: $ 2.000,000 Designated Project(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN A WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. The Total General Aggregate Limit stated In the der COVERAGE C (SECTION 1),which can be at- Schedule above is the most we will pay for the tributed only to operations at a single designated sum of all: "project"shown in the Schedule above: 1. Medical Expenses under COVERAGE C 1. A separate Designated Project General Ag- (SECTION 1); gregate Limit applies to each designated "pro- 2. Damages under COVERAGE A (SECTION I), ject", and that limit is equal to the amount of except damages because of"bodily injury" or the General Aggregate Limit shown in the property damage" included in the "products- Declarations. completed operations hazard"; and 2. Subject to the Total General Aggregate Limit <= 3. Damages under COVERAGE B (SECTION 1) stated in the Schedule above, the Designated Project General Aggregate Limit is the most regardless of the number of: we will pay for the sum of all damages under a. Insureds; COVERAGE A, except damages because of b. Claims made or"suits" brought; "bodily injury" or "property damage" included in the "products-completed operations haz- c. Persons or organizations making claims or and", and for medical expenses under COV- bringing "suits"; or ERAGE C regardless of the number of: d. Designated "projects" listed In the SCHED- a. Insureds; ULE above. = b. Claims made or"suits" brought; or B. For all sums which the insured becomes legally c. Persons or organizations making claims obligated to pay as damages caused by "occur- or bringing "suits". rences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents un- CG D3 21 01 04 Copyright,The Travelers Indemnity Company, 2004 Page 1 of 2 ooseos COMMERCIAL GENERAL LIABILITY 3. Any payments made under COVERAGE A for To Premises Rented To You and Medical Ex- damages or under COVERAGE C for medical pense continue to apply. expenses shall reduce both the Total General D. Part 2, of SECTION III —LIMITS OF INSURANCE Aggregate Limit stated in the Schedule s deleted and replaced by the following: above, and the Designated Project General Aggregate Limit for that designated "project" 2. The General Aggregate Limit is the most we Such payments shall not reduce the General will pay for the sum of: Aggregate Limit shown in the Declarations a. Damages under Coverage B. and nor shall they reduce any other Designated b. Damages from "occurrences" under I. Project General Aggregate Limit for any other COVERAGE A (SECTION 1) and for all designated "project" shown in the Schedule medical expenses caused by accidents above. under COVERAGE C (SECTION 1) which 4. The limits shown in the Declarations for Each cannot be attributed only to operations at Occurrence, Damage To Premises Rented To a single designated "project" shown in the You and Medical Expense continue to apply. SCHEDULE above. However, instead of being subject to the E. When coverage for liability arising out of the General Aggregate Limit shown in the Decla- "products-completed operations hazard" is pro- rations, such limits will be subject to both the vided, any payments for damages because of Total General Aggregate Limit stated in the "bodily injury" or "property damage" included in Schedule above, and the applicable Desig- nated Project General Aggregate Limit. the "products-completed operations hazard" will reduce the Products-Completed Operations Ag- C. For all sums which the insured becomes legally gregate Limit, and not reduce the Total General obligated to pay as damages caused by "occur- Aggregate Limit stated in the Schedule above,the rences" under COVERAGE A (SECTION 1), and General Aggregate Limit, or the Designated Pro- for all medical expenses caused by accidents un- ject General Aggregate Limit. der COVERAGE C (SECTION 1), which cannot be F. For the purposes of this endorsement the Defini- attributed only to operations at a single desig- tions Section is amended by the addition of the nated "project" shown in the Schedule above: following definition: 1. Any payments made under COVERAGE A for "Project" means an area away from premises damages or under COVERAGE C for medical owned by or rented to you at which you are per- expenses shall reduce the amount available forming operations pursuant to a contract or under the Total General Aggregate Limit agreement. For the purposes of determining the stated in the Schedule above and the General applicable aggregate limit of insurance, each Aggregate Limit, or the Products-Completed "project" that includes premises involving the Operations Aggregate Limit, whichever is ap- same or connecting lots, or premises whose con- plicable; and nection is interrupted only by a street, roadway, 2. Such payments shall not reduce any Desig- waterway or right-of-way of a railroad shall be nated Project General Aggregate Limit. considered a single "project". As respects this Provision C., the limits shown in G. The provisions of LIMITS OF INSURANCE the Declarations for Each Occurrence, Damage (SECTION III) not otherwise modified by this en- dorsement shall continue to apply as stipulated. i Page 2 of 2 Copyright,The Travelers Indemnity Company, 2004 CG D3 21 01 04 I, II i COMMERCIAL AUTO POLICY NUMBER: P-810-532D8375-IND-14 ISSUE DATE: -.3l31/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION THAT YOl{ ARE REQUIRED TO INCLUDE AS AN ✓ ADDITIONAL INSURED ON THIS COVERAGE FORM IN A WRITTEN CONTRACT OR AGREEMENT THAT IS SIGNED AND EXECUTED BY YOU BEFORE THE 'BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS AND THAT IS IN EFFECT DURING THE POLICY PERIOD. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. e � o= CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 aooese Terra Insurance Company (A Risk Retention Group) TERRA Two Fifer Avenue, Suite 100 F Corte Madera, CA 94925INSURRAA INSURANCE COMPANY CERTIFICATE OF INSURANCE DATE 06/13/14 NAME AND ADDRESS OF INSURED GeoEngineers, Inc. 1101 Fawce(t Avenue, Suite 200 Tacoma, WA 98402 This certifies that the"claims made" insurance policy(described below by policy number)written on forms in use by the Company has been issued. This certificate is not a policy or a binder of insurance and Is issued as a matter of information only,and confers no rights upon the certificate holder. This certificate does not alter, amend or extend the coverage afforded by this policy. The policy of insurance listed below has 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 policy described herein is subject to all the terms,exclusions and conditions of such policy. Aggregate limits shown may have been reduced by paid claims. TYPE OF INSURANCE Professional Liability POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE 214019 01/01/14 12/31/14 LIMITS OF LIABILITY $2,000,000 EACH CLAIM $2,000,000 ANNUAL AGGREGATE PROJECT DESCRIPTION SE 240th Street Slope Stabilization GeoEngineers File No, 0410-188-01 CANCELLATION: If the described policy is cancelled by the Company before its expiration date, the Company will mail written notice to the certificate holder thirty (30) days in advance, or ten (10)days in advance for non-payment of premium. If the described policy is cancelled by the insured before its expiration date, the Company will mail written notice to the certificate holder within thirty(30) days of the notice to the Company from the insured. CERTIFICATE HOLDER ISSUING COMPANY: City of Kent Engineering TERRA INSURANCE COMPANY Attn: Nancy Yoshitake (A Risk Retention Group) WestGowe Kent, 9803 Kent,WA 98032 President Verify Workers' Comp Premium Status - Employer Liability Certificate Page 1 of 1 Washington State Department of t,s_r®Yl; Employer Liability Labor and Industries ^ w °, certificate 01 •frl, i.4289 (Department of Labor and Industries Employer Liability Certificate Date: 05/22/2014 I UBI #: 600 375 010 Legal Business Name: Account#: 429,351-00 'Doing Business As'Name: GEOENGINEERS INC Estimated Workers Reported: Quarter 1 of Year 2014 "Greater than 100 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: GEOENIMIIOJE Expire Date: 5/9/2015 Account Representative: TI /FEARAED FEROZE (360)902-4797 - Email: FERH235@lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12,050 and 51.16,190). https://fortress.wa.gov/lni/erpsi/AcctInfoPrint,aspx?Accounild=4293 510O&AccountManag... 5/22/2014 Terra Insurance Company TERRA (A Risk Retention Group) INSURANCE COMPANY Two Fifer Avenue, Suite 100 Corte Madera, CA 9492S CERTIFICATE OF INSURANCE DATE 06/13/14 NAME AND ADDRESS OF INSURED GeoEngineers,Inc. 1101 Fawcett Avenue, Suite 200 Tacoma, WA 98402 This certifies that the"claims made"insurance policy(described below by policy number)written on forms in use by the Company has been issued. This certificate is not a policy or a binder of insurance and is issued as a matter of information only,and confers no rights upon the certificate holder. This certificate does not alter, amend or extend the coverage afforded by this policy. The policy of insurance listed below has 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 policy described herein is subject to all the terms,exclusions and conditions of such policy. Aggregate limits shown may have been reduced by paid claims. TYPE OF INSURANCE Professional Liability POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE 214019 01/01/14 12/31/14 LIMITS OF LIABILITY $2,000,000 EACH CLAIM $2,000,000 ANNUAL AGGREGATE PROJECT DESCRIPTION SE 240th Street Slope Stabilization GeoEngineers File No. 0410-188-01 CANCELLATION: If the described policy is cancelled by the Company before its expiration date, the Company will mail written notice to the certificate holder thirty (30) days in advance, or ten (10)days in advance for non-payment of premium. If the described policy is cancelled by the insured before its expiration date, the Company will mail written notice to the certificate holder within thirty(30)days of the notice to the Company from the insured. _ I CERTIFICATE HOLDER ISSUING COMPANY: TERRA INSURANCE COMPANY City of Kent Engineering (A Risk Retention Group) Attn:Nancy Yoshitake 400 West Gowe Kent, WA 98032 rresicient KENT Agenda Item: Consent Calendar - 7C TO: City Council DATE: July 1, 2014 SUBJECT: Consultant Services Agreement with GeoEngineers for SE 240th Street Slope Stabilization and Pavement Restoration - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Agreement with GeoEngineers in an amount not to exceed $66,000 to provide design services for slope stabilization and pavement restoration along SE 240th Street, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The northerly portion of SE 24oth Street overlooking the Soos Creek trail has begun to suffer slope failure, resulting in progressive damage to the road. The affected portion of SE 24oth Street lies between 144th Avenue SE and 146th Place. The City has requested a scope of work and budget from GeoEngineers to provide plans for slope stabilization, the restoration of SE 24oth Street, and related facilities including drainage and guardrail. EXHIBITS: GeoEngineers, Inc. Consultant Services Agreement RECOMMENDED BY: Public Works Committee YEA: Fincher - Ralph - Higgins NAY: BUDGET IMPACTS: Funding to be determined. REQUEST FOR MAYOR'S SIGNATURE ® Please Fill in All Applicable Boxes viewed by Director Originator's Name: Stephen Lincoln Dept/Div. Engineering'__ Extension: 5552 Date Sent 4/oj,4 Date Re uired_� , / aL Return to: Nancy Yoshitake CONTRACT TERMIN ,TION DATE: 12/31/15 VENDOR: GeoEn' ineers, Inc. DATE OF COUNCIL APPROVAL: 7/1/14 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached agreement is for GeoEngineers to provide services to design a repair for a slope instability located on SE 240th Street between 144th Avenue SE and 146th Place SE. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through;The Law Department (This area to be completed by the Law Department) Received: Approval of Law Dept.' -_ � w -Jf }r Law Dept. Comments; 1rcd Date Forwarded to Mayor: _ a Shaded Areas To Be Completed By Administration Staff rt, Received: �" ; RECEIVED Recommendations and Comments: ? '1 JUL 3 City of Ke: Disposition: f"f f� Gt ? Ntip 01 Yrat 011if l CiTy OF K RqT Cf"1Y CLERK Date Returned.•