Loading...
HomeMy WebLinkAboutPW15-232 - Original - South 224th Street Project - Geotechnical Value Engineering Services - Contract - 6/29/15 N +haf 4 G � rta gyp.,, T R, WASNINGi N f k L 4 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: 3 �;V- A,1 Vendor Number: JD Edwards Number Contract Number: I'DIV ` i_This is assigned by City Clerk's Office Project Name: 9 ` 4 fi- P$`'4rd- w yakt,vry")l t z�, d F,'�41 k I-C-6411VY `` Description: ❑Jnterlocal Agreement ❑ Change Order ❑ Amendment ❑ Contract P Other: Contract Effective Date: Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager. f>„! Department: s Contract Amount: - ks a Approval Authority: [.Department Director 9mayor ❑City Council 11 Detail: (i.e. address, location, parcel number, tax id, etc.): adccW10877 8 14 KENT W AS HINOTON CONSULTANT SERVICES AGREEMENT between the City of Kent and Shannon & Wilson, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Shannon & Wilson, Inc. organized under the laws of the State of Washington, located and doing business at PO Box 300303, Seattle, WA 98103 Phone: (206) 632-8020/Fax: (206) 695-6777, Contact: Bob Mitchell (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: Consultant shall provide geotechnical value engineering services related to the purposed South 224th Street project in Kent, Washington. For a detailed description, see Exhibit A which is attached 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 August 31, 2015. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Fifteen Thousand Three Hundred Ninety Eight Dollars ($15,398.00), 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) VII. INDEMNIFICATION. Consultant 'shall defend, indemnify and hold the City, its( officers, officials, employees, agents and voluners harmless from any and all claims, injuries, damages, losses or suits, including all legaldcosts 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 Jhe City's negligence p { , The City's inspection or acceptance of any of Consultant's work when completed shall rk ' 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 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. CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) I XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed 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 CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) 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. 3. 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: (signature) qt ] (signature) Print Name: Print N'pin Suzette Cooke Its V1,c vr4 Si A Its Mavor (title) DATE: ✓ 2 erg° DATE: 6,/ ,: C NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Bob Mitchell Timothy 3. LaPorte, P.E. Shannon & Wilson, Inc. City of Kent 13,0D-36&3&3, Suite 100 220 Fourth Avenue South Seattle, WA 98103 Kent, WA 98032 (206) 632-8020 (telephone) (253) 856-5500 (telephone) (206) 695-6777 (facsimile) (253) 856-6500 (facsimile) A ROVED AS TO FORM: s {e`h `Law Department [In this fieltl,you may enter M1e eleQrpnk FllepaM where the con[raR has been saved] r CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) i 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: o` Title: Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 r _ ICI EXHIBIT A ALASNA OALIFORNIA FLORI AOO EMU- SIMNNON 9 C® MI930URI OEOTECHNICAL ANn ENVIRONMENTAL coRsuvrANTS WASHIONGTON WISCONSIN May 11, 2015 Mr. Garrett Inouye,P.E. Public Works Engineering City of Kent 400 W Gowe Kent, WA 98032 RE: PROPOSAL FOR GEOTECHNICAL VALUE ENGINEERING SERVICES, SOUTH 224TH STREET PROJECT,KENT,WASHINGTON Dear Mr. Inouye: We are pleased to submit this proposal for geotechnical value engineering services for the South 224th Street project in Kent,Washington. This proposal is based on discussions with you, our knowledge of the subsurface conditions at nearby sites, and our experience with similar projects. This letter proposal presents our general understanding of the project,proposed scope of services, estimated fee, and schedule. PROJECT DESCRIPTION The City of Kent will be constructing a 3-lane roadway from East Valley Highway(84th Avenue S) to Benson Road(SR 515). The purpose of the project is to increase east-west vehicle capacity between the valley and the East Hill.The proposed roadway would cross over SR 167 on a new overpass and would replace the existing South 218th Street Bridge over Garrison Creek. To construct the proposed SR 167 overpass, SR 167 would be temporarily realigned to create a work zone within the existing median.In addition to the complexity of constructing the bridge over a busy state highway, there is an artesian well that requires special attention at pier 4. Also the project includes the addition of sidewalks, street lighting, widened shoulders,and a storm drainage system to the existing roadway. SCOPE OF SERVICES The purpose of this scope of services is to provide geotechuical value engineering services related to the proposed South 220 Street project. We propose the following scope of services that includes document review,meeting attendance,and preparation of review comments. 400 NORTH 34"STREET—SUITE 100 PO BOX 300303 SEATTLE,WA 98103 206-632-8020 FAX 206 696-6777 TDD: 1-800-833-6388 21-2-62296-001 W .shannonwilson.com � I SHANNON WILSON,INC, Mr. Garrett Inouye,P.E. City of Kent Public Works Engineering May 11, 2015 Page 2 of 3 • Document Review: Review geotechnical aspects provided in available project geotechnical data reports, engineering reports, and project plans and specifications. • Value Engineering Meeting Attendance: Attend a three day value engineering meeting in Dent,Washington. For the purposes of developing our fee estimate, we assume the three day value engineering meeting will consist of three 8 hour days plus travel time. Mr,Robert Mitchell will attend the value engineering meeting;the resume for Mr. Mitchell is attached. • Value Engineering Letter Report Preparation: Based on the discussions and presentations at value engineering meeting,we would provide a letter report that documents our geotechnical-related comments provided during the value engineering meeting. FEE ESTIMATE AND SCHEDULE We are prepared to provide the above services on a time-and-expense basis to the budgetary maximum of$15,400. A breakdown of the effort to complete the above scope of services is shown in Table 1. The budget includes effort for document review,meeting attendance,letter report preparation,travel time,invoicing,travel expenses,and project management. We are prepared to begin the review and attend the value engineering meeting upon receipt of your written notice to proceed. We understand the value engineering meeting would occur in June. CLOSURE We appreciate the opportunity to submit this proposal and look forward to working with you on this project. Our fee and the terms and conditions under which our services are offered will be in accordance with the enclosed Standard General Terms and Conditions. Please sign in the space provided and return a copy of this letter, which will then serve as an agreement between us. Shannon&Wilson, Inc. has prepared the enclosed "hnportant Information About Your Geoteelmical/Environmental Proposal"to assist you and others in understanding the use and limitations of our proposals. i 21-2-62296-001 SHANNON6MUSON,INC, Mr. Garrett Inouye,P.E. City of bent Public Works Engineering May 11,2015 Page 3 of 3 Sincerely, SHANNON &WILSON,INC. ww,4��_ Robert A.Mitchell Vice President RAM/ram Eno: Table 1 Labor Effort and Cost Breakdown, Geoteehtucal Value Engineering, South 224th Street Mr.Robert Mitchell resume(3 pages) Standard General Terms and Conditions, SEA-SM-2015 (1/2015) Important Information About Your Gcotechnical/Environmental Proposal I accept the above conditions and authorize the work to proceed. By Signature (print) Date Organization 21-2-62296-001 SHANNON K WILSON,INC. Table 1 Labor Effort and Cost Breakdown Geotechnical Value Engineering South 224th Street Kent,Washington i h- if, �`EOTP1t��uR� Y y.:`. �,�zi� -�t.�iY„m Document Review 20 20 $1 500 Meetin Incl.travel 3 days) 30 30 $2 250 Letter Re ort 12 12 $900 Project setup and invoicin 1 2 3 139 0 0 71Y.7��','. III Direct Labor Cost $4,789 Overhead kate•2014 Rate @ '.. 189.44% $9,072 Total adjusted Direct Labor&Overhead Cost $13,861 '.. Fixed Fee @ Direct Labor Cost 30% $1,437 Total Labor Cost $15,298 Direct Expenses: Mileage $100 Total Direct Expenses $100 Total $15,398 I 5/10/2015 21-1-62296-001 r UIPSHA`� t�Y<! !llflLS , 1 . 1B®b l�l1 che, P .11: icePresldenf77: lpqq Area of Expertise Bob is a Project Manager and Project Engineer on design build mil•', , , ��r and design-bid-build geotechnical and geotechnical earthquake engineering projects, with 20 years of practical experience. In �.. these 20 years, he has been involved with a variety of diverse geotechnical and geotechnical earthquake engineering projects for development and infrastructure projects. These projects P P J P J 3 include probabilistic seismic hazard analyses, equivalent linear and non-linear site response analysis, and soil-structure interaction analyses. He has also developed design and e •• , , , , , construction recommendations for drilled and driven deep foundations; mechanically stabilized earth retaining walls; ground improvement to mitigate effects of liquefaction and lateral spreading. Bob is experienced with driven pile and drilled shaft axial and lateral resistance analyses,Osterberg load testing on drilled shafts,and full-scale driven pile load testing. Relevant Projects Washington State Department of Transportation (WSDOT), SR 529 Ebey Slough Bridge Replacement Marysville, WA. Bob was the project Manager for the PS&E level geotechnical recommendations and during construction of the bridge. The 720400t long four span bridge is four lanes wide. Initial studies by WSDOT showed that the site is underlain by over 250 feet of very loose to medium dense silt and silty sand. To prepare PS&E level geotechnical recommendations,we performed additional subsurface explorations included drilling borings up to 300 feet deep. Typical soil conditions include over 300 feet of loose to medium dense, silty sand and sandy silt. Glacial soil was not encountered in the borings. We performed non-linear effective stress site response analysis and provided design parameters to WSDOT so the bridge structure could carry the lateral forces from t"@ lateral spreading, Foundation support is provided by 4- and 6-foot diameter 150- and 260-foot .� long, respectively, open-end steel pipe piles at the abutments and main span piers. The piles are the largest and longest piles used on a WSDOT project to date. The engineering analyses included: •f -, providing axial and lateral pile resistance, evaluating the liquefaction potential of the deep fine- s grained soil deposits using cyclic direct simple shear testing, completing site-specific site response analyses, and performing one-and two-dimensional nonlinear effective stress dynamic soil +t== structure interaction analyses. The $21.5 million contract was awarded to Granite Construction in June 2010. The bid was approximately$6.5 million less than the engineer's estimate. The bridge was completed in spring 2013, r Bob Mitchell,Pk Vice President 0010S-ANNI { &WIL M II INC. 3 Oregon State Department of Transportation, I-S Columbia River Crossing, Vancouver, WA/Portland, OR. Shannon &Wilson was the geotechnical engineer on the Oregon Department a? of Transportation's design team with David Evans &Associates and HDR Engineering Inc structural designers. Bob was the project engineer for the geotechnical earthquake engineering aspects of N the bridge crossing and static driven pile load testing. The planned Columbia River Crossing consists of three bridges, including southbound I-5 bridge, northbound I-5 Bridge,and a TriMet bridge. Each bridge is approximately 3,000 feet long and consists of seven in-water piers. The site + subsurface profile consists of a 200-foot deep loose to medium dense layer of sand underlain by d very dense Troutdale sand and gravel. Bob and his team performed two-dimensional non-linear ' effective stress site response analyses to develop design response spectra and ground motion time histories for the preliminary bridge design. The project also included a drilled shaft and driven pile ' load test program to evaluate construction techniques, foundation design parameters,and enable 1 .. the use of higher resistance factors in accordance with American Association of State Highway and v Transportation Officials' Load and Resistance Factor Design specifications. Bob supervised in the development of the driven pile load test plans and specifications. Washington State Department of Transportation, SR 522 Snohomish River Bridge M ' Snohomish County, WA Geotechnical manager for the PS&E level geotechnical recommendations and construction of the bridge. The bridge will be approximately 1,800 feet long,supported on nine piers, and will have spans that are approximately 175- and 300-foot long over the floodplain and main river channel, respectively. The intermediate piers will be supported on 10-foot-diameter ` drilled shafts and 9-foot-diameter shafts are planned at the east and west abutments. Bob and his team provided design and construction recommendations for 9-and 10-foot diameter drilled shafts, 1,100 feet of structural earth retaining walls (SEW), stone column ground improvement beneath the R SEW for the east approach, and lightweight expanded polystyrene foam (geofoam)fill above the y� natural gas pipeline on the west approach. Base grouting, a method to improve the base resistance of drilled shafts in granular soil,was used at two piers on the east. This was the first use of base uyc;G;= grouting on a WSDOT bridge project.The $73.1 million contract was awarded to Scarsella Brothers in May 2011. The bid was approximately $10 million less than the engineer's estimate. BC Ministry of Transportation and Infrastructure, Port Mann Bridge Design-Build Project Vancouver,BC. Shannon &Wilson was the lead geotechnical engineer on the main river crossing `< bridge. The bridge structural designers on the Kiewit/FlatIron team were TY Lin International and International Bridge Technology. The new 1.4 mile long bridge is a 10-lane, cable stayed structure with 1,500 foot long main span supported by two over water piers. Bob was the geotechnical project manager during design and construction of the bridge and approaches. Bob managed the f3 } field exploration program that included drilling over 8,200 feet of explorations in one month. Bob p, supervised the development of a two-dimensional equivalent linear and non-linear effective stress finite difference models of the 1.4 mile long alignment and provided soil time histories every 6 feet for the length of the deep foundations at each of the 26 piers for the superstructure design. Bob M t`` and S&W staff designed and implemented a fully instrumented 6-ft diameter driven steel pipe pile F_ and 8-ft diameter drilled shaft static load test. One driven pile and two drilled shafts were static load tested to 12,000 kips. Based on the results of these load tests, Shannon &Wilson developed geotechnical engineering parameters for the various soil units (ultimate side resistance and base resistance values)that were used for final design of the bridge foundations. The project owner is i' Transportation Investment Corporation/BC Ministry of Transportation and the cost was $500 million, � II y 4 i Bob Mitchel(, PE Vice President R k Bearing Resistance of Large Diameter Open-End Piles, Federal Highway Administration, Shannon & Wilson is the prime contractor and is teamed with the University of Florida, Dan Brown ,Y and Associates, and Applied Foundation Testing to develop design recommendations and corresponding resistance factors for driven large diameter open-end pipe piles (LDOEPs). Bob is the Project Manager of this 3-year Ion research project. This project focuses on large diameter steel 1 9 Y 9 P J p J 9 1 pipes and concrete cylinders and includes: (1) a review of the current state-of-practice for the selection, design, installation, and load testing of LDOEPs; (2) assembles a load test database to "` evaluate existing static analysis methods; (3) calibrates of the static analysis methods within the load , j and resistance design (LRFD) format; and (4) develops technical guidance on predicting and 1s '- verifying LDOEP resistance during design, installation, and testing. j� Recent design-build pursuits for which Bob has managed the Shannon &Wilson's u geotechnical engineering effort include: m Corpus Christi Harbor Bridge,Corpus Christi,Texas (bid phase) .• o 'New Bridge over St. Lawrence River, Montreal, Quebec (bid phase) £ ® California High Speed Rail Package 2-3, Fresno, California (bid phase) o- Tappen Zee Bridge, Design-Build Pursuit, New York City, NY, (bid phase) it} ® Ohio River Bridge, Downtown, Design-Build Pursuit, Louisville,KY, (bid phase) a Gerald Desmond Bridge, Design-Build Pursuit, Long Beach, CA (bid phase) ✓1'M { 1 "aay 1`ts�_r t S �x VI f XT , i EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 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 Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. 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 Consultant before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. I i 7 I � I POLICY NUMBER: 7046489 COMMERCIAL GENERAL LIABILITY r CG 20 33 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE RCAD IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR . CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WiTH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ' A. Section If - Who Is An Insured is amended to a. The preparing, approving, or failing to Include as an additional Insured any, person or •prepare or approve, maps, shop 'organization for whom you are performing drawings, opinions, reports, surveys, operations when you and-such person or field orders, change orders or drawings organization have agreed in writing In a contract and specifications;or or agreement that such person or organization b. Supervisory, Inspection, architectural or be added as an additional Insured on your engineering activities. policy: Such person or organization is an adds- Thia exclusion applies even if the claims against tional insured only with respect to liability for "bodily injury", "property damage" or "personal any Insured allege negligence or other wrong- and advertising injury" caused, In whole or to doing in the supervision, hiring, employment, part,by: training or monitoring of others by that insured, If the "occurrence" which caused the "bodily in- 1. Your acts or omissions; or jury" or "property damage", or the offehse 2. The sets or omissions of those acting on which caused the "personal and advertising your behalf; Injury", Involved the rendering of or the'fellure In the performance of your ongoing operations to render any professional architectural, for the additional insured. engineering or surveying services. However, the insurance afforded to such 2• "Bodily Injury" or "property damage" additional insured: occurring after: 1. Only applies to the extent permitted by law; a. All work, Including materials, parts, or and equipment furnished In connection with such work, on the project (other then 2. Will not be broader than that which you are service, maintenance or repairs) to be required by the contract or agreement to performed by or on behalf of the provide for such additional insured, additional insured(s) at the location of the A person's or organization's status as an addi- covered operations has been completed; tional insured under this endorsement ends or when your operations for that additional Insured b. That portion of"your work" cut of which are completed, the Injury or damage arises has been put B. With respect to the insurance afforded to these to its intended use by any person or additional insureds, the following additional ex- organization other than another elusions apply: contractor or subcontractor engaged In This Insurance does not apply to: performing operations for a principal as a L...... pert of the same project. 1. "Bodily Injury", "property damage" or C. With respect to the insurance afforded to these "personal end advertising injury" arising out additional insureds,'the following Is added to of the rendering of, or the failure to render, Section III -Limits Of Insurance: any professional architectural, engineering or surveying services, including: The most we will pay on behalf of the additional insured is the amount of insurance: CG 20 33 04 13 ,7 Insurance Services Office, Inc., 2012 Page 1 of 2 ❑ I, ........... 1. Required by the contract or agreement you ,Insurance shown in the Declarations; have entered into with the additional whichever is less. . insured; or This endorsement -shall not Increase the 2. Available under the applicable Limits of applicable Limits of Insurance shown In the Declarations. I i I III i I Page 2 of 2 Insurance Services Office,Inc., 2012 OG 20 33 04 13 ❑ II POLICY NUMBER:7046489 COMMERCIAL GENERAL,LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization whom you become obligated to included as additional insured as a result of any written contract or agreement you have entered ' t Information required to complete this Schedule,If not shown above will be shown in the Declarations. A. Section 11 —Who Is An Insured Is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following Is added to organlzation(s) shown in the Schedule, but only Section RI—Limits Of Insurance: -with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or Irf part, by required by a contract or agreement, the most we 'your work' at the location designated and will pay on behalf of the additional Insured is the described In the Schedule of this endorsement amount of insurance: performed for that additional Insured and Included in the "products-completed operations 1. Required by the contract or agreement;or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less, Insured only applies to the extent permitted This endorsement shall not Increase the applicable by law;and Limits of Insurance shown In the Declarations. 2. If coverage provided to the additional Insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional Insured. CG 20 37 0413 ®Insurance Services Office, Inc., 2012 Page 1 of 1 ALL �� ENDORSEMENT This endorsement, effective 12:01 A.M. 3/1/15 1 orms.a part.of policy No. 2248389 issued to Shannon & Wilson, Inc. by National Union Fire Insurance Company Pittsburgh, PA .THIS ErodfisrMENT CHANO'E' S THE-POLICY. PLEASt READ ITCAREFULLY. ADDITIONAL INSURED : WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under'the�folfo wing- BOSINESS AUTOCOVEhAot FORM. SCHEDULE' ADDITIONAL INSURED, Any person or organization for whom you are contractually bound to provide Additional Insured status, but only to the extent of such person's or organizations liability arising out of a covered"auto." 1. SECTIONII _ LIA131LITYcbVERAGE, A. Coverage,1.-'WIk-o Is Insured, is amended to add: d. Any person or orgehIzdtIbn, :#h6tvnjln the schedule above, .to whom yo.d.boacoffie obligated, to include asah ad.ditl6hAl insLi(ed under this policy,as a result of any contract or adreeMent, int 9 Which rejbirps'.you to furnish hYsefein&e to that pp(son or 6rtfanizidion of the type,ohividoo by this policy; but only with r6sp-actio liabilityarisirij out of'use of A covered "auto". However, the insurance Provided Will hot:exceed the leager of: (1) The coverage and/or I!fTiltsDf this policy, or (2f The coverage and/or lirrilto requited by said contract or agreement. Authorized Representative'or Cbunfeisid* naturd'(ih States.Where 57950 (10/0.5) page 1 of 1 :ENDORSEMENTI! This andnrgoment affeetUe 12;01.A.M. 1/1/15 forms a part of policyNp, 7046489 issued io Shannon&Wilson, Inc. fiy National Union Fire Xnsurance Company of Pittsburgh PA TRIS ENDORSEMENT CHAN&OHE POLICY, PLEASE READ'ITICAHEFULLY' ADDITIONAL INSURED- PAWARYIiN6UkAN¢E. 7tY1S eo6r,serneamodifres insurance rirovlded ondorthe''foNoWlr gv f QMMERQ AL GENERAL LIAI#II.VTY CQVfiRAG 'FOhIN 'Section IV; Commercial Geha_rai Liability Conditldhs3 parag!#pfi' 4, O'that Insurance; .subparagraph a„Primary Insurance; is arnend,9d ¢y the sddltwn of the foVlowmg However; coveta'ge.'under this polidy •affoided,to :an additronal ih§uietl will'apply as: primary Insurance Where:n Ached:bx contiact.'and adyothet Insnranca:iksued to"suoh.additio 'al insbied ! shall,sppiq at excess and.noncontHbv'ioty instAiO C& Authorized RepresentaHve:or Countersignatura,(M:States Where piicabt l 74�A34(10/9S) A,p ENDORSEMENT This endorsement,effective 12:01 A.M. 3/l/2015 forms a part of policy No. 2248389 issued to Shannon & Wilson, Inc. by National Union Fire Insurance Company of Pittsburgh, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, B., General Conditions, 5., Other Insurance, c„ is amended by the addition of the fallowing sentence: The insurance afforded under this policy to an additional Insured will apply as primary insurance for such additional Insured where so required under an agreement executed prior to the date of accident We wilinot ask any insurer that has Issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. Authorized Representative or Countersignature (in States Where Applicable) 74445 (10199) wL, REQUEST FOR MAYORS SIGNATURE ® :I"ear d ' •i„ v :i. Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMEP%Ifi) Approved by Director Originator: Garrett Inouye Phone (Originator): (253) 856-554,8i Date Sent: 6/19/15 Date Required:6/25/15 Return Signed Document to: Jemini Davis Contract Termination Date: 8/31/15 VENDOR NAME: Date Finance Notified: Shannon & Wilson, Inc. (only required on contracts 5/11/15 $10 000 and over or on any Grant DATE OF COUNCIL APPROVAL: Date Risk Manager Notified:n/a n/a (Required on Non-City Standard Contracts/Agreements) Has this Document been Specifically Account Number: R90094 Authorized in the Budget? ® YES NO Brief Explanation of Document: Shannon & Wilson, Inc. shall provide geotechnical value engineering services related to the prp'b`sed' South 224th Street project in Kent, WA. r'' All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) t Received: ` � r r -t -,.-` vrr i Approval of Law Dept.: _ r r' Law Dept. Comments: k '— Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: a"��'\per}` t�. ` � F`: 5 ��a.��.'"� `✓�'-1 r��.i��,.d'if e3.r'�ter] Disposition: 1F C Date Returned: oeainr rooromem Fmo mmnq�ReWeauor My rs siAnamre.aoa