Loading...
HomeMy WebLinkAboutPW14-319 - Original - GeoEngineers, Inc. - S 224th St Corridor Phase I & II Geotechnical Services - 12/12/2014 i I Records Managemeft� KENT Document WASHIN�TOM 45 m 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: 4'11 This is assigned by City Clerk's Office Project Name: S. 224th St, Corridor Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Steve Lincoln Department: Engineering Contract Amount: $98,937.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide geotechnical services for phase I-and II of the project. As of: 08/27/14 REQUEST FOR MAYOR'S SIGNATURE � T please Fill in All Applicable Boxes ' t ft v wedgy 6y Director Originators Name: Steve Lincoln Dept/Div, Engineering -Extension: 5552 Date Sent: Re uired: /o ; Return to: Nanc Yoshitake CONTRACT TERMINATION 12/31/16 VENDOR: GeoEngineers, Inc. DATE OF COUNCIL APPROVAL: 12/9/14 ATTACH THE COUNCIL' MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document. The attached agreement is for GeoEngineers to provide geotechnical services for Phase I and II of the S. 224th Street Corridor project. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through The Lacy Department (This area to be completed by the Law Department) Received: Approval of Law Dept.: i :xaR � I'l , Law Dept. Comments: ) Date Forwarded to Mayor: " Shaded Areas To Be Completed By Administration Staff 7777 Received: 1. f IV , , Recommendations and Comments: Disposition: A'JV' - 1v C.4 C l L # . 1 �/ Lit o KvIri fflud 1t F?MOW b [Date Returned: i I KENT Agenda Item: Consent Calendar - 7EE TO: City Council DATE: December 9, 2014 SUBJECT: Consultant Services Agreement with GeoEngineers, Inc for Geotechnica) Services for Phase I & II of the S. 224th Street Corridor Project - Authorize MOTION: Authorize the Mayor to sign the Consultant Services Agreement with GeoEngineers, Inc. in an amount not to exceed $98,937 to provide geotechnical services for the South 224th Street Improvement Project, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. SUMMARY: The purpose of the South 224th Corridor project is to provide an improved transportation corridor between the Kent valley and the Kent east hill. Ultimately, the project will connect the South 2281h Corridor at East Valley Highway in the Kent valley to State Route (SR) 515 at SE 216th Street on the Kent east hill. The project is divided into three phases. Phase I will include the construction of a bridge over SR 167. Phase II will include improving 88th Avenue South and South 218th Street as it extends up the East Hill. Phase III will include improving and widening the remainder of South 218th Street, 98th Avenue South and South 216th Street. This contract includes geotechnical services required to complete the design of the project for Phases I and II, The scope of GeoEngineers` services are described in detail in the attached scope and budget. EXHIBITS: Consultant Services Agreement with GeoEngineers, Inc. RECOMMENDED BY: Public Works Committee YEA: Fincher - Ralph - Higgins NAY: BUDGET IMPACTS: Funding for this contract will come from South 224th Street Project Funds. I K Elf T Wns Hi"o*on 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: Garry Squires (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 geotechnical services for Phase I and II of the S. 2241h Street Corridor Project, For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by December 31, 2016, III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Ninety Eight Thousand, Nine Hundred Thirty Seven Dollars ($98,937.00), 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 B. CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement, D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business, V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment CONSULTANT SERVICES AGREEMENT - 2 (Over$Z 0,000) i Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. 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. I I 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. CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) 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 authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents in the performance of the contract work and shall utilize all protection necessary for that purpose and j 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. i 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. I i 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. I 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. CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) 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 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: ey. By: (signatuYe) (signature) Print Name: 6,t ICA Prin � e: zette Cooke Its A t _ Its Mayor (tltte) r DATE: f }ZI DATE: " i1 r t�f ,r i NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: i Garry Squires 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) CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) APPROVED AS TO FORM: Kent Law Department i GeoE,ineers-224"2/Lincoln IIi Ili CONSULTANT SERVICES AGREEMENT 6 (Over$10,000) i DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY i 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. i 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. i By signing below, I agree to fulfill the five requirements referenced above. By. 1 For: Title: ! :a% 1 Date: EEO COMPLIANCE DOCUMENTS - 1 i CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 i SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. I EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the I Agreement. i 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: Fo r: Title: Date: I I i EEO COMPLIANCE DOCUMENTS - 3 I EXHIBIT A p� GEOENGINEERS / 1101 South Fawcett Avenue,Suite 200 Tacoma,Washington 98402 253.383.4940 I November 25, 2014 City of Kent 220 Fourth Avenue South Kent, Washington 98032-5895 Attention:Stephen Lincoln, PE Subject: Proposed Scope and Budget South 224th Corridor(Phase I and Phase IQ Kent,Washington File No, 0410-145-03 INTRODUCTION AND PROJECT UNDERSTANDING The purpose of the South 224th Corridor project is to provide an improved transportation corridor between the Kent Valley and the Kent East Hill. Ultimately, the project will connect the South 228th Corridor at Central Avenue in the Kent Valley to State Route (SR) 515 at SE 216th Street on the Kent East Hill. The project is divided into three phases. Phase I will include the construction of a bridge over SR 167. Phase 11 will include improving 88th Avenue South and re-grading South 218th Street as it extends up the East Hill. Phase III will include improving and widening South 218th Street,98th Avenue South and South 216th Street. Phase I will include the construction of a three-span bridge overthe north and south bound lanes of SR 167 and 88th Avenue South. We provided preliminary geotechnical findings and recommendations for Phase I in a report dated June 28,2010. Duringthis preliminary investigation we discovered artesian groundwater and peat in the vicinity of the proposed east abutments and approach fill. The project was put on hold before our recommendations could be finalized. j Phase II includes raising 88th Avenue South 2 to 3 feet and realigning it uphill to the east. The vertical alignment of South 218th Street will also be modified to reduce some of the steep grades on the road. Retaining walls may be required to retain the cuts and fills along the road. An existing timber bridge over Garrison Creek will be replaced with a new bridge or large culvert. The bridge could be on the order of 60 feet long. The culvert, if used instead, would be flanked by retaining walls. Both 88th Avenue South and South 218th Street will.be realigned at their intersection to create a wider, larger curve. The new road realignments will extend onto the property to the southeast of their intersection. We understand that the property was previously awned and operated by a Jorgensen Steel and that steel slag was stored on the property for many years. We also understand that a cleanup project was performed on the site. A stormwater pond is also being considered for this site. i I i City of Rent November 25,2014 Page 2 i Phase III will not be addressed at this time or under this scope of services. j SCOPE OF SERVICES We have divided our services into three tasks for the purposes of budgeting and organization. Our budget assumes that all tasks will be authorized at the same time for greater efficiency. Geotechnical Scope of Services - Phase I (SR 167 Bridge--Task 09.00) 1. Review existing subsurface information and recommendations provided in our June 2010 report and discuss project requirements with the project structural engineer, Shearer Design, LLC. 2. Advance additional subsurface investigations in the vicinity of the east bridge piers and east bridge approach ramp. We have budgeted for four additional explorations. Three of these explorations are anticipated to extend to depths of 30 feet for the purpose of better identifyingthe depth and extent of organic soils in the vicinity of the east approach. The fourth exploration is anticipated to extend to a depth of 80 feet and will include four grouted vibrating wire piezometers installed at different elevations for measuring and recording artesian groundwater pressure. The actual exploration program performed will depend on the proposed alignment and structural requirements of the approach and abutment. We will notify the Washington State One-Call service prior to starting our explorations. We assume that right-of-way permits and site access will be coordinated by the City of Kent. We also assume that traffic control will not be required for these explorations. 3. Estimate settlement under static embankment loads and provide criteria for managing differential settlement between the embankment and the shaft-supported bridge. 4. Evaluate global stability of the planned approach embankments under static and seismic loading. We anticipate developing criteria for ground improvement to address liquefaction-related settlement and instability under seismic conditions. 5. Provide site preparation and earthwork recommendations. We will provide recommendations for imported fill for the embankments. & Discuss foundation construction methods including our opinion on the feasibility of different construction shoring and dewatering methods. 7. Prepare a final geotechnical design report for the Phase I improvements. Geotechnical Scope of Services - Phase II (Hill Climb anti Garrison Creek Grossing- Tash 0200) 1. Review existing subsurface information in the vicinity of 88th Avenue South and South 218th Street. We will review published and unpublished geologic maps and will search our in-house database for readily available information. 2. Perform a geologic reconnaissance along the length of 88th Avenue South and South 218th Street within the project area. We will document exposed geologic conditions in existing road cuts and look for signs of groundwater seepage. 3. Advance up to six subsurface explorations along 88th Avenue South to depths of about 10 feet. The explorations will be located in lower areas where our geologic reconnaissance indicates that soft or organic soils might be present. Advance two subsurface explorations on South 218th Street. We will advance one exploration on each side of Garrison Creek to a depth of about 30 feet. We will GEOENGINEERS I F.1"No,0410p14,0 i City of Kent November 25,9014 Page 3 coordinate traffic control services for our explorations and develop a traffic control plan for the explorations. We will also notify the Washington State One-Call service prior to starting our explorations. We assume that right-of-way permits and site access will be coordinated by the City of Kent. 4. Provide recommendations for controlling and directing seeps and springs away from the new roadway on 88th Avenue South. 5. Provide geotechnical design recommendations for Washington State Department of Transportation (WSDOT) standard retaining walls. We will provide recommendations for either reinforced concrete retaining walls,structural earth walls, or contractor designed segmental block structural earth walls. 6. Provide spread foundation recommendations for either a bridge or large arch culvert over Garrison Creek. We will provide recommended bearing pressures based on WSDOT and American Association of State Highway and Transportation Officials(AASHTO) LRFD design methods. We will also include a slope stability evaluation of shallow foundations founded near the creek bank. 7. Provide recommendations for roadway cuts,fills, and earthwork. 8. Prepare a geotechnical design report for the Phase II improvements. Geotechnical Scope of Services - Phase II(Jorgensen Property Storntwater Pond -Task 0300) 1. Explore subsurface conditions at the site by excavating up to eight test pits. The purpose of the explorations will be to evaluate groundwater and soil conditions for a proposed stormwater pond. We will note signs of slag and/or contaminated soil where observed,but we will not collect environmental samples for chemical analytical testing. We will notify the Washington State One-Call service prior to starting our explorations. We assume that right-of-way permits and site access will be coordinated by City of Kent. 2. Drill two hollow-stem auger borings to depths of about 20 feet and install two piezometers to measure groundwater levels over one full year. We will install automatic data loggers in each of the piezometers. 3. Perform geotechnical lab testing. We assume that our lab testing program will consist of grain-size analyses. 4. Discuss the feasibility of infiltrating stormwater on site. We will provide an estimate of infiltration rates based on the results of our laboratory testing,if appropriate. We have assumed that a Pilot Infiltration Test(PIT)will not be required. 5. Provide recommendations for the design and construction of stormwater ponds. We will provide recommendations for cut and fill slopes, pond liners, and earthwork as appropriate. 6. Prepare a preliminary technical memorandum summarizing our findings, conclusions, and recommended infiltration rates. Our final recommendations will be included in the final Phase II design report. Meetings and Additional services(Task 0400) 1. Attend up to four meetings with the City of Kent, WSDOT, or other members of the project team. For the purposes of budgeting we have assumed that a staff engineer and a senior engineer will spend a total of four hours each preparing for,attending, and following up on each meeting. GEOENGINEERS r� File ffb.0�161A503 City of Rent Novmnber 25,2014 Page 4 I I SCHEDULE,TERMS AND BUDGET I I We can discuss schedule with design team and coordinate our effort to provide design information as it is needed. Based on current subcontractor availability,we anticipate that mid December 2014 is the earliest we would be able to start subsurface explorations, pending authorization from the City. We suggest that groundwater levels and pressures be monitored for a full year before final construction recommendations be provided. We understand the professional services listed above will be provided in accordance with the terms and conditions most recently negotiated between the City of Kent and GeoEngineers and contained in our existing agreement for James Street/Russell Road Realignment Project dated August 7, 2014. The fee for the services described above will be determined on an overhead and fixed fee basis using approved Washington State Department of Transportation rates. We estimate that our fee for the services outlined above will be generally as shown in the following table. A more detailed fee breakdown Is provided in Exhibit B. Services Estimated Fee Phase I(SR 167 Bridge) $41,720 Phase II(Hill Climb and Garrison Creek Crossing) $37,176 Phase II(Jorgensen Property Stormwater Pond) $15,924 Meetings and Additional Services $4,117 Total: $98,937 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. Sincerely, GeoEngineer✓ss, Inc. / Garry 11.Squires, PE, LG, LEG Principal US:GHSat Disclaimer:Any electronic form,facsimile or bard copy of the original document(small,text,table,and/or figure),If provided,and any attacbments orc onlya copy of the engine document,The original document is stored by GeoEngineers,Inc.and will serve as the official document of record, Attachment: Exhibit B.Fee Estimate i I GE®ENGINEER r Rlerlo 0410-145-03 w I 0 4� NI Ia tl n rg i i I its i d I I W N S ♦+ I i 9 - o U7 m) i $ a i ( � II I I i i y i ce v Y _ m _ ILt �3 P O 1 '� 'c 9 p, i P z• a sg$ bym:8rv8lllgo ° C'B g ml pi a g F z xma&'Pia � tIis � Rlo $}�I§ d 31E 5 o f s F a I E 4g b d u G § i I li 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 it 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 C (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 ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or j 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. I I i i GEOEINC-01 HIEHLEJO DNY CERTIFICATE OF LIABILITY INSURANCE 9 7 1218/2014rr1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: certificates@wMis.com Willis of Seattle,Inc. PHONBlvdNEo FAX .2378 c/o 26 Cantu /CEzt;(g77)945-7378 C, rg88) — P.O.Box 305191 EMAIL ADDRESS: Nashville,TN 37230.5191 INSURER($)AFFORDING COVERAGE NAICp _ INSURER A:Travelers Property Casualty Company of America 25674 INSURED INSURER B:Travelers Indemnity Company 25658 GeoEngineers,Inc. INSURER C:Liberty Mutual Fire Insurance Company 23035 8410 154th Ave.NE INSURER D; 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE NSD WVD SUB POLPOUCYNUMBER MMtDDNYVY MM/D�f/YYY LIMITS LTR A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE OCCUR X P-660-533D1564-TIL-14 03/31/2014 03131/2016 PREMISES(EaocpurD $ 100,00 MED EXP(Any one person) $ 6,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY O JE� LOC PRODUCTS CONFIDE AGO $ 2,000,00 OTHER: COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY J ( (E...!dent) $ 1,000,000 B X ANY AUTO !P-810-532138375-IND-14• l 03/31/2014 03/31/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Par acciden9 $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident) $ X UMBRELLALIAS X OCCUR EACH OCCURRENCE $ 1,000,000 A Excsssuae CLAIMS-MADE 'ZUP-51M01 6 3 0-1 4-NF 03/31/2014 03/31/2015 AGGREGATE $ 1,000,000 DED X RETENTION$ 0 Is WORKERS COMPENSATION X I STATUTE I OERH AND EMPLOYERS'LIABILITY C ANY PROPRIETOR/PARTNERIEXECUTIVE YIN C2-Z91-451667.014 03/31/2014 03/31/2015 E.L.EACH ACCIDENT $ 1,000,00 OFFICERIMEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,00 If yes,describe under - - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS VEHICLES(ACORD 101,Additional Remark.Schedule,may be attached If more space Is required) Re:City of Kent Phases I and II of South 224th Street Corridor Project j GeoEngineers No.0410-146-03 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 as required by written contract. 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. AUTHORIZED REPRESENTATIVE City of Kent 400 West Gowe Kent WA 98032 ©1988.2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD i i 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 i 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 of "your work" to which the "written contract is excess over any valid and collectible "other in- requiring insurance" applies. The person or surance", whether primary, excess, contingent or 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 s 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 ance 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 ance", 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 addi- jury" or "property damage" caused by "your tional Insured: work" and included in the "products- completed operations hazard" unless the a. The additional Insured must give us written "written contract requiring insurance" specifii- 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: I CG D4 14 04 08 O 2008 The Travelers Companies,Inc. Page 1 of 2 ooseoe it COMMERCIAL GENERAL LIABILITY I. 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 if. The names and addresses of any injured cover. However, this condition does not affect persons and witnesses; and whether this insurance provided to the add,- III, The nature and location of any injury or tional insured is primary to that other insur- damage arising out of the "occurrence"or an 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 specifics of the "Written contract requiring insurance" means that claim or"suit" and the date received; and part of any written contract or agreement under or- it. 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 II I I Page 2 of 2 ©2008 The Travelers Companies, Inc. CIS D4 14 04 08 COMMERCIAL AUTO POLICY NUMBER: P-810-532D8375-IND-14 ISSUE DATE: 3131/2014 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(sh ANY PERSON OR ORGANIZATION THAT YOU 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, i, o= I CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 D0�859 i Terra Insurance Company (A Risk Retention Group) PFTERRA Two Fifer Avenue, Suite 100 INSURANCE COMPANY Corte Madera, CA 94925 CERTIFICATE OF INSURANCE DATE 12/08/14 NAME AND ADDRESS OF INSURED I j 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 $1,000,000 EACH CLAIM $1,000,000 ANNUALAGGREGATE PROJECT DESCRIPTION Phase I and II South 224th Street Corridor Project,Kent, Washington GeoEngineers'project No. 0410-145-03 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 TERRA INSURANCE COMPANY Attn:Nancy Yoshitake (A Risk Retention Group) 400 West Gowe Kent, Wahington 98032 President Washington State Department of .� S'rhYh, Employer Liability j Labor and Industries ��� r'a certificate n x Department of Labor and Industries )employer Liability Certificate Date: 12/08/2014 i UBI#: 600 375 010 Legal Business Name: Account fi: 429,351-00 'Doing Business As'Name: GEOENGINEERS INC Estimated Workers Reported: Quarter 3 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: GEOENI*1107E Expire Date: 5/9/2015 Account Representative: T I /FEARAED FEROZE(360)902-4797�0-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). i I