Loading...
HomeMy WebLinkAboutPW15-408 - Original - GeoEngineers, Inc. - County Road 8 Levee - 12/29/2015 :. � . � Records Man, - e e , KEN Document WA9XINGTON `; k 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: ID Edwards Number Contract Number: i))vv'~ . ; o ze` This is assigned by City Clerk's Office Project Name: County Road 8 Levee Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 12/28/15 Termination Date: 12/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Casteel Department: Engineering Contract Amount: $17,852.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council I Detail: (i.e. address, location, parcel number, tax id, etc.): Provide geotechnical services for the project. As of: 08/27/14 III KENT ws", oro. CONSULTANT SERVICES AGREEMENT between the City of Kent and GeoEngineers, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GeoEngineers, Inc. organized under the laws of the State of Washington, located and doing business at 1101 S. Fawcett Ave., Suite 200, Tacoma, WA 98402, Phone: (253) 383- 4940/Fax: (253) 383-4923, Contact: Lyle Stone (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: i The Consultant shall provide geotechnical services for the County Road Levee 8 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 Seventeen Thousand, Eight Hundred Fifty Two Dollars (17,852.00) , 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. 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: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) 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. 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 j performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. For claims arising or alleged to arise from Consultant's professional services only, Consultant`s duty to defend and Indemnify under this paragraph shall be limited to claims, injuries; damages, losses or suits asserted on the basis of negligence or willful misconduct. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily Injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. CONSULTANT SERVICES AGREEMENT - 2 ($20,000 or less) 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. I 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 Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City In satisfying the City's duties and obligations under the Public Records Act. 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. 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 shall cause any subcontractors hired by Consultant to be responsible for the safety of its employees and agents. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires Its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain In full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any CONSULTANT SERVICES AGREEMENT - 3 ($20,000 or less) i 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. i 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. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. 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. CONSULTANT SERVICES AGREEMENT - 4 ($20,000 or less) K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY Of KENT, �(slgnaPu„r --- ( IgnaPure) Print me: ke R" f z. fit' Print Name: Timothy? LaPorte, P.E. Its I r c.;p,>- Its Public Works Director DATE. DATE: -� ttfr �S f NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Lyle Stone Timothy J. LaPorte, P.E. GeoEngineers, Inc, City of Kent 1101 S. Fawcett Ave., Suite 200 220 Fourth Avenue South Tacoma, WA 98402 Kent, WA 98032 (253) 383-4940 (telephone) (253) 856-5500 (telephone) (253) 383-4923 (facsimile) (253) 856-6500 (facsimile) i i APPROVED AS TO FORM: Kent Law Department Ge.Englne.,s-22B"UP G.dtl Sep/MadMl III CONSULTANT SERVICES AGREEMENT 5 ($20,000 or less) DECLARATION l 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. I 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: For: 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. I 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 I 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 EXHIBIT A GEOENGINEERS,INC. HAWLEY ROAD AND COUNTY ROAD 8 LEVEE CONNECTION PRELIMINARY ASSESSMENT AND DATA COLLECTION GREEN RIVER, FROM CENTRAL AVENUE BRIDGETO SR 516 BRIDGE KENT,WASHINGTON SEPTEMBER 15,2015 FILE NO.0410-175-05 INTRODUCTION The purpose of the project is to connect the existing Hawley Road Levee with the downstream levee at State Route (SR)516 se that a continuous levee protection system can be established on the right bank of the Green River through the City of Kent. This levee system will be used to revise Federal Emergency Management Agency (FEMA) Flood Insurance Rate Maps (FIRMs)through the Conditional Letter of Map Revision (CLOMR)and Letter of Map Revision(LOMR)process.We understand that a full CLOMR or LOMR will not be granted by FEMA until additional upstream levees are completed that can provide continuous ,levee protection that connects to natural high ground upstream of the Horseshoe Bend Levee.The goal of this project is to identify design and permitting approaches in order to design and construct the levee so that it can be incorporated into the larger City of Kent Green River flood protection system. The current preliminary alignment is envisioned to consist of an approximate 800-foot long earth berm levee that connects at the upstream end with the Hawley Road Levee at either South 251at street or at Washington Avenue south and at the downstream end with the SR 516 fill berm.The alignment is expected to cross an existing drainage ditch located on the south,side of the SR 516 fill berm.The alignment then follows a 900-foot-long section of SR 516 that will need to be analyzed and certified as a levee.From there, the levee alignment will then need to cross 62nd Avenue South and connect with the end of the existing downstream riverbank levee. SCOPE OF SERVICES i The purpose of our services in this phase is to collect and analyze available data in order to establish a preliminary levee alignment and develop an approach for completing the project.We have organized this phase into four main tasks.Our specific scope of services forthis phase of the project includes: 1. Determine the extents of the project based on the provided Base Flood Elevation (or Elevations)and available upstream and downstream tie-in points. We understand that City of Kent levee policy is to evaluate existing levee systems including existing embankments and tie-ins based on the 100-year design flood. If new levee sections or modifications to existing sections are required the new levee sections are to be designed for the 500-year flood level.Our specific tasks will include: • Review 100-year and 500-year base flood elevation data provided by the City. o Prepare a preliminary alignment and vertical profile: Existing Light Detection and Ranging (LiDAR) data will be used to develop the preliminary alignment and vertical profile. We can City d r,cM September 15,2015 Page 2 Incorporate City survey data if it is provided to us in a single AutoCAD Civi13D file with 3D functionality. • Review storm drainage and utility information provided bythe City of Kent. • Prepare a preliminary typical levee cross section.The purpose of the preliminary cross section will be to determine the width of the levee footprint at its base. • Evaluate the anticipated right-of-way requirements and other site impacts of two different design approaches.We will evaluate the levee based on current City of Kent levee design and. evaluation policy.We will also evaluate the anticipated right-of-way requirements and other site impacts of designing the levee for the 500-year design flood for the full length of the project including existing elements that currently meet the requirements of the 100-year design flood. We will prepare two preliminary alignments for discussion with the City; 2. Investigate the drainage ditch south of SR 516 fill berm,We understand that this area 1$ identified in City of Kent records as a "potential wetland area". There is also concern that this area may be an "artificial wetland"that was constructed by Washington State Department of Transportation(WSDOT) for stormwater treatment purposes. The specific designation of the ,ditch will directly affect the permitting process and design work.Our specific tasks will include: u Gather known information regarding habitat conditions, such as the presence of potential Wetlands or streams that occur on or adjacent to the project area.We will compile soil,stream and wetland spatial data available from federal, state and local agencies. Additional information such as topographic maps, aerial photographs and GIS street layers will also be reviewed prior to conducting field work and will be used to prepare report documentation as described below. Contact WSDOT and investigate the origin of the ditch.We will attempt to determine if the ditch currently serves as part of a stormwater management system. If so,we will attempt to obtain the design criteria used In the initial design of the stormwater management system. Conduct field reconnaissance to assess the site forwetland or stream habitat.If we find aquatic critical areas,we will delineate wetland boundaries and conduct test plots in the field.We will also delineate the ordinary high watermark(OHWM)of stream features within the project area. We will flag wetland boundaries and OHWM In the field and use Geographic Positioning Services (GPS)technology to document the location of the features and test plots within the project site.We have assumed that the City of Kent will secure access to the project corridor, including the WSDOT SIR 516 right-of-way. Prepare a preliminary critical areas summary report documenting wetland conditions,OHWM and associated buffers. A complete draft and final critical area assessment report that summarizes the methodology and field reconnaissance results for the property in accordance with City of Kent requirements will be prepared as part of a future scope of services and budget. Figures showing the approximate spatial location of wetlands and test plots will also be prepared, but not field surveyed. Our estimated budget includes reporting for up to two wetlands and two streams.Additional wetland or stream segments identified in the field may require additional field work and reporting effort. Provide an estimate of the type and size of mitigation that may be required if the project impacts streams or wetlands or encroaches into aquatic buffers GEOENGINEER File no.04M7&05 City of Kent September 15,2015 page 3 3. Prepare a concept plan consisting of a brief memorandum and figuresthat identify the proposed project description,proposed alignment,elevations, limits,and flood control approach for each section of the project.The plan will summarize key design criteria(e.g.,flood elevation and levee crest heights),and identify data gaps that need to be addressed to complete design work.The memorandum will Include a review of the status of any existing permits already obtained by the City that may benefit the project, a list of project permits that are anticipated to be required, a list of engineering and permitting disciplines thatwill be required to complete the Plans Specifications and Estimate(PS&E)package and FEMA certification,and a preliminary project schedule. 4. Attend up to two team meetings.We anticipate we will lead one team meeting with the City to present the alignment alternatives and one team meeting to present the final concept plan. We can complete project alternatives analyses, cost estimating; geotechnical investigation and engineering,other data collection,permitting, WSDOT coordination, preliminary and final design, bidding support, construction support, CLOMR preparation, and other work under a future scope of services and budget. us:KTF;tt Attachment; Exhibit B.Fee Estimate Disclaimer:AnyeleGronleform,facsimile or hard copyof the original document(email,tent,table,and/orligure),If provided,and anyattachments am only a copy of the original document.The original documentis stored byGeoEnyneers,Inc.and Will serve as the official documentof record. Copyright©2015 by GeoEbgneers,Inc.All rights reserved, l i GEOENGINEERS /r.' File No.O410-17S03 qg ( § ; § \ ; \ , \ � G g , \ \ \ \ \ ) . \ . ! . E . ) . ] . . ; � $ oQ ( � k 00 5 I \ to 17 ) ®0® � ! ! § ) / ! \ i EXHIBIT C INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, Insurance against claims for injuries to persons or damage to property which may arise from or In connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability Insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $5,000,000 per occurrence and in the aggregate, Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability Insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City, King County and the King County Flood Control District shall be named as an Additional Insureds under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City, the District and the County. All endorsements adding Additional Insureds shall be Issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth In this section. 2, Automobile Liability Insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage, If necessary, the policy shall be endorsed to provide contractual liability coverage. 3, WorkersI Compensation coverage as required by the Industrial Insurance laws of the State of Washington. + 4. Professional Liability (Errors & Omisslonsl insurance appropriate to the Consultant's profession, EXHIBIT C (Continued) B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial 13enera1 Liability insurance shall be written with minimum limits of $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording.total liability limits of not less than Completed Operations ons coverage shall be provi per occurrence and In the ded idedfo,r a period of gregate, Products d 3 years following Substantial Completion of the work. 2. Automobile Llability Insurance with a minimum combined single limit for bodily Injury and property damage of at least $2,000,000 per accident. 3. Professional Liability (Errors missions) insurance shall be written with limits no less than $5,000,000 per claim and $5,000,000 policy aggregate limit. C. Other Insurance Provisions The Insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or Insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with It. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, as been given to the City. 3. The City of Kent, King County Flood District and King County shall be named as an additional insureds on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability Insurance shall also contaln a clause stating that coverage shall apply separately to each Insured against whom claim is made or suit Is brought, except with respects to the limits of the insurer's liability. EXHIBIT C (Continued) I D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. II E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property Insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property Insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance Is to be placed with Insurers with a current A.M. Best rating of not less than ANIi. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, Including but not necessarily limited to the additional Insured endorsement, Liability Insurance of t evidencing il he Contractor before commencementlty nof he work. General l H. Subcontractors Contractor shall include all subcontractors as Insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. i-� GEOEINC-01 SINGHPD 4coFr® CERTIFICATE OF LIABILITY INSURANCE D 12/14/201(MWDDrY vY, 12/14/2015 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 Willis Certificate Center NAME: Willis of Seattle,Inc. PHONE - FAX clo 26 Century Blvd We No Eat:(877)945-7378 _Lo,.No):-(888)467-2378 P.O.Box 30671.91 ADDRESS:certificates@willis.Com Nashville,TN 37230-5191 -)A INSURERS AFFORDING COVERAGE NAICH _ INSURER A:Travelers Property Casualty Company of America 25674 INSURED INSURER B:Travelers Indemnity Company 25658 GaoEnginaers,Inc. INSURERC:Liberty Insurance Corporation _ 42404 8410 154th Ave.NE INSURER D:Liberty Mutual_Fire Insurance Company 23035 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 ADDL 9UBR - POLICY EFF POLICY LTR TYPE OF INSURANCE INSR Me POLICY NUMBER MMIDD/YYYV) (Mh1/00lYYYDr`YYY V LIMITS A, X COMMERCIAL GENERAL LIABILITY - EACH OCCURRENCE $ 1,000,000 E TD CLAIMS-MADE OCCUR X X P-660-533D1564-TIL-15 03/31/2015 03/31/2016 PREMISEST(AGETOEftaoccuErranee $ 100,000 MED EXP(Anyone person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY jE� 1 X I LOC PRODUCTS-COMPlOP AGE $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident) B X ANY AUTO _ X X P-810.532DB375-IND-15 03/31/2015 03/31/2016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Peraccident) $ AUTOS AUTOS NON-OWNED PROPERTYDAMAGE $ HIRED AUTOS AUTOS Per accident S X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 4,000,000 C EXCESS LIAa CLAIMS-MADE TH7-661-066735-015 03l31/2015 03/31/2016 AGGREGATE $ 4,000,000 DEO X I RETENTION$ 101000i $ W PER I - OTH- AND EMPLOYERS'LIABILITY X STATUTE ' EMPLOYERS' COMPENSATION ER D ANY PROPRIETORIPARTNERIEXECUTIVE YIN X WC2-Z91-451667-015 03/31/2015 03/31/2016 E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA(Mandatory In 1,000,000 cr ' 1,000,000 Mandato In NH E.L.DISEASE-EA EMPLOYE $ _ Dyes,describe under E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below I DESCRIPTION OF OPERATIONS 1 LOCATIONS VEHICLES (ACORD 101,Additional Remarks Schedule,may be aHached if mare space is required) THIS CERTIFICATE VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED:1211412015. Re:GeoEngineers:#0410-175-05;Re:Hawley Road and County Road 8,Kent,Washington WA Stop Gap,USL&H and Maritime Employers Liability coverage is included under Workers'Compensation coverage evidenced above. City of Kent,King County and the King County Flood Control District are Included as Additional Insureds as respects to General Liability and Auto Liability as required by written contract. SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULDANY 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 f AGENCY CUSTOMER ID:GEOEINC-01 SINGHPD '. LOC#: 1 AC"R® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Willis of Seattle,Inc. GecEngineers,Inc. ---- 8410 154th Ave.NE POLICY NUMBER Redmond,WA 98052 EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance_ Description of Operations/LocationsNehicles: General Liability policy shall be Primary and Non-contributory with any other insurance in force for or which maybe purchased by Additional Insureds,as required by written contract. Waiver of Subrogation applies in favor of City of Kent, King County and the King County Flood Control District with respects to General Liability,Auto Liability and Workers Compensation,as required by written contract and as permitted by law. I� i ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ', POLICY NUMBER: P-660-533D1564-TIL-15 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED -- WRITTEN CONTRACTS (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II —WHO IS plies only to such "bodily injury" or "property AN INSURED: damage"that occurs before the end Df 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 once 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 once", 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 J. 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 ante provided to the additional insured ap- should include: CG D4 14 04 08 ©2008 The Travelers Companies,Inc. Page 1 of 2 oe59D6 COMMERCIAL GENERAL LIABILI'iY 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 iL The names and addresses of any injured cover. However, this condition does not affect persons and witnesses; and whether this insurance provided to the addi- hi. The nature and location of any injury or tional insured is primary to that other insur- damage arising out of the "occurrence 11 or ance available to the additional insured which offense, covers that person or organization as a named insured. b. If a claim is made or "suit" is brought against the additional insured, the additional insured 4. The following is added to the DEFINITIONS Sec- must: tion: L 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 H. 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 9 9 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 III Page 2 of 2 ©2008 The Travelers Companies,Inc. CG D4 14 04 08 POLICY NUMBER:P-660-533D1564-TIL-15 ISSUE DATE: 04-20-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATIONMONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 NONRENEWAL: Number of Days Notice of Nonrenewal: PERSON OR ORGANIZATION: ANY ENTITY WHO REQUIRES CANCELLATION NOTICE OF THE NUMBER OF DAYS HERE DESCRIBED ADDRESS: N� O'= O� O� Oi✓ l I N� r� PROVISIONS: A. If we cancel this policy for any statutorily permit- B. If we decide to not renew this policy for any statu- ted reason other than nonpayment of premium, toriiy pennitted reason, and a number of days is and a number of days is shown for cancellation in shown for nonrenewal In the schedule above, we the schedule above, we will mail notice of cancel- will mail notice of the nonrenewal to the porson or Iation to the person or organization shown in the organization shown in the schedule above. We schedule above, We will mail such notice to the will rnail such notice to the address shown in the address shown in the schedule above at least the schedule above at least the number of days number of days shown for cancellation in the shown for nonrenewal in the schedule above be- schedule above before the effective date of can- fore the expiration date. cellation. IL TA 00 12 09 02999 Tho Travelers hidemnity Company Page 1 of 1 W0552 COMMERCIAL AUTO POLICY NUMBER: P-B10-532DB375-IND-15 ISSUE DATE: �3131MIS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, DESIGNATED INSURED This endorsement modifles 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 organizations) who are "Insureds" under the Who Is An Insured Provi- sion of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name of Person(s)or Organization(s): ANY PERSON DR 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" DCCURS AND THAT IS IN EFFECT DURING THE POLICY PERIOD, ems— (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, ec r, o o CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 D0065B I I Terra Insurance Company (A Risk Retention Group) " TERRA Two Fifer Avenue, Suite 100 Corte Madera, CA 94925 4 INSURANCE COMPANY CERTIFICATE OF INSURANCE DATE 12/11/15 NAME AND ADDRESS OF INSURED GeoEngineers, Inc. 1101 Fawcett Avenue, Suite 200 Tacoma,WA'98402 This certifies that the "claims made"insurance policy(described below by policy number)written on forms in use by the Company has been issued. This certificate is not a policy or a binder of insurance and is issued as a matter of information only,and confers no rights upon the certificate holder. This certificate does not alter, amend or extend the coverage afforded by this policy. The policy of insurance listed below has been issued to the insured named above for the policy period indicated. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policy described herein is subject to all the terms,exclusions and conditions of such policy. Aggregate limits shown may have been reduced by paid claims. TYPE OF INSURANCE Professional Liability POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE 215019 01/01/15 12/31/15 LIMITS OF LIABILITY $1,000,000 EACH CLAIM $1,000,000 ANNUALAGGREGATE PROJECT DESCRIPTION Hawley Road and County Road 8 Levee,I{ent,Washington. GeoEngineers No. 0410-175-05 i 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: Jemini Davis (A Risk Retention Group) 400 West Gowe Kent, Washington 98032 President I