Loading...
HomeMy WebLinkAboutPW16-014 - Original - HDR Engineering, Inc. - S 228th St UPRR Grade Separation - 01/06/2016 . �a; Recordsa ,cage yn �i KEI4 T . Document WPS HINCTON n„ . yy. 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: HDR Engineering, inc. Vendor Number: JD Edwards Number Contract Number: pvyIk ` ! This is assigned by City Clerk's Office Project Name: S. 228th St. UPRR Grade Separation Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Contract Amount: $605.264.91 (-F Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide structural engienering services for the project. As of: 08/27/14 (CENT CONSULTANT SERVICES AGREEMENT between the City of Kent and HDR Engineering, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and HDR Engineering, Inc. organized under the laws of the State of Washington, located and doing business at 500 108Lh Ave. NE, Suite 1200, Bellevue, WA 98004-5549, Phone: (425) 450-6200, Contact: Joyce Lem (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide structural engineering services for the S. 228th Street UPRR Grade Separation 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 Six Hundred Five Thousand, Two Hundred Sixty Four Dollars and ninety one cents ($605,264.91), 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 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, to the extent arising out of or in connection with the Consultant's negligent acts, error, or omissions in the performance of this Agreement. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) I 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 a , designs, reports, or any other records developed or created under this Agreement shall belong to nd 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, 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 CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) 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 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 (Over$20,000) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: 7 \ s d'C/1iz (signature) i (signature) Print Name I�r fp fn., ur , PrinL(V e: Sfazette Cooke Its Y. Ie ($sr' {fkr Its Mayor title) DATE: t DATE: t 4, J} NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Joyce Lem Timothy J. LaPorte, P.E. HDR Engineering, Inc. City of Kent 500 1081h Ave. NE, Suite 1200 220 Fourth Avenue South Bellevue, WA 98004-5549 Kent, WA 98032 (425) 450-6200 (telephone) (253) 856-5500 (telephone) (253) 856-6500 (facsimile) APPROVED AS TO FORM: ,, Kent/ Law Department HDR-228-UP Grade Sep/Madfa, CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. For: Cbgio— 8r�or ' r)c Title: ()ECG gfL11t)deOt" 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 City of Kent, Washington South 228th Street/UPRR Grade Separation Structural Engineering Services Scope of Services December 2, 2015 500 108th Avenue NE Suite 1200 Bellevue, WA 98004-5549 (425)450-6200 FN Table of Contents Background....................................................................................................................1 Scopeof Services..........................................................................................................1 Items and Services to be Furnished by the City and Geotechnical Engineer...........1 GeneralProject Assumptions......................................................................................2 Applicable Standards and Requirements............... ........... ....... ................... ...-2 Scopeof Work Exclusions...................................................................................3 Schedule..............................................................................................................3 WorkElements ..............................................................................................................4 Work Element 1. Contract/Task Management.....................................................4 Work Element 2. Coordination with City and Other Consultants..........................4 Work Element 3. Structural Design......................................................................5 3.1. Preliminary Structural Design.....................................................................5 3.2. 60/o Structural Design.. ......6 o I 3.3 90% Structural Design................................................................................7 3.4. 100% Structural Design..............................................................................8 Work Element4. Railroad Coordination...............................................................9 4.1 Meetings......................................................... ................. ...... ......... ........9 4.2 Plans and Specifications ............................................................................9 Work Element 5. Value Engineering Study....................._...................................9 5.1 Meetings.....................................................................................................9 Work Element 6. Bid Period Support....................................................................9 DrawingList.................................................................................................................10 City of Kent South 228"UPRR Grade Separation i Scope of Services FN EXHIBIT SCOPE OF SERVICES Background The City of Kent through its Public Works Department (City) has performed some preliminary engineering for the South 228th Street— UPRR Street Grade Separation Project (Project). The City established a plan and profile of a roadway overpass across the railroad tracks owned by the Union Pacific Railroad (UPRR), including a conceptual layout of a two-span girder bridge and roadway approaches supported by retaining walls. L I Scope of Services The City has assembled a project team to perform engineering and design for the Project. The City selected HDR Engineering, Inc. (Consultant) to perform structural engineering services for the bridge and retaining walls, including preliminary and final design, and preparation of contract plans, technical specifications, and construction cost estimates. Design and construction cost estimates of roadway, utilities, surveying and base maps, environmental, permitting, landscape design, and geotechnical engineering will be performed by City staff and by other consultants. In particular, the City will contract separately with a geotechnical engineering firm for work on the Project (Geotechnical Engineer). Items and Services to be Furnished by the City and Geotechnical Engineer The City will provide the following items and services to the Consultant to facilitate the preparation of the deliverables for this Scope. The Consultant is entitled to rely on the accuracy of this and other data furnished and represented by the City. • The City will manage the work by the City and the City's other consultants. • The City will provide any necessary field surveying and furnish base maps. • The City will furnish roadway plans and profiles and retaining wall profiles generated using AutoCAD 3D. Wall profiles will be taken at the back of sidewalk and shall include existing ground and new top of sidewalk elevations along each wall profile. • The City will prepare the UPRR Track Profiles. • The Geotechnical Engineer will provide geotechnical reports to the City and to Consultant. Geotechnical reports will include recommendations and design parameters for bridge foundation design and wall design. • The City is responsible for obtaining right-of-way agreements, permits, franchise utility agreements, rights-of-entry on to PSE and UPRR properties. • The City will develop a construction schedule for the Project, incorporating input from the Consultant for the bridge and retaining wall construction. i City of Kent South 228' UPRR Grade Separation 1 Scope of Services i FN General Project Assumptions The following general assumptions apply to the Project work: • The primary retaining wall type for the roadway approaches along South 228th Street is either structural earth wall or permanent geosynthetic walls. • Similar to what is shown in the conceptual layout developed by the City, the bridge superstructure consists of precast, prestressed girders with a composite, cast-in-place slab or topping slab. Bridge piers are multi-column bents supported on drilled shaft foundations. Structural approach slabs spanning between the bridge end piers and the roadway approach embankments will provide the transition to roadway pavement. • The bridge and roadway cross-section consists of four 12-foot lanes and two 10-foot sidewalks. • Underdeck supports for utilities, concrete bridge barriers, and metal bridge railings will be adapted from the Bridge Standard Drawings in the WSDOT Bridge Design Manual. • The plan extents of retaining walls are as shown in the City's layout: along the north and south sides of South 228th Street from the bridge to touchdown near existing grades, along the Century Link driveway located approximately 400 feet west of the bridge and extending from South 228th Street to the south, and along the 6th Avenue North roadway located approximately 300 feet east of the bridge. There will also be walls transverse to South 228th Street, directly below the bridge approach slabs. • Changes in the detail of work beyond what is described in this Scope of Work will be made as requested by the City and authorized by amendment as extra work. • The budget allocations shown in the attached budget are itemized to aid Project tracking purposes. The budget may be transferred between tasks or people, or between labor and expenses, provided the total contracted amount is not exceeded without prior authorization. Invoices for labor will be based on actual labor rates for the individuals working on the project. Applicable Standards and Requirements All work will be performed in accordance with the procedures and requirements set forth in the latest editions, amendments, and revisions of the following publications, where applicable. Additional standards for work elements are listed in their respective sections. American Association of State Highway and Transportation Officials Publications (AASHTO) For the bridge, Load and Resistance Specifications for Highway Bridges, Seventh Edition (2014) and 2015Interims (AASHTO _RFD Specs). Washington State Department of Transportation (WSD07) • Bridge Design Manual (April 2015), except for flexural service level tension in the pre- compressed tensile zone of precast girders (near mid-span). WSDOT practice is to use "simple beam" flexural demands for positive moments in girders and allows zero tension at the bottom of the girders. This is more conservative than AASHTO, which allows up to 0.19 �fc tensile stress and does not require simple-beam design of girders when the superstructure is made continuous over an interior pier. City of Kent South 2281"UPRR Grade Separation 2 Scope of Services FN • Geotechnical Design Memorandum (May 2015). • Standard Plans for Road, Bridge, and Municipal Construction (August 2015). • Standard Specifications for Road, Bridge, and Municipal Construction (2016). • Local Agency Guidelines Manual UPRR Publications • Joint BNSr/uPRR Guidelines for Railroad Grade Separation Projects (January 2007). • Guidelines for Temporary Shoring (October 2004). CAD Standards Except as noted below, all plans will be prepared in Auto CAD Civil 3D version 2014 and will use APWA layer naming conventions. Layer coloring, text size and style, and line weights will be per City standards. All plans will be 34-inch wide by 22-inch high in order to have 17-inch wide by 11-inch high half-size copies. Scope of Work Exclusions The following items are not included in this scope of work: • Design of vaults, walls, slabs, pump stations or buildings for utilities. • Design of construction dewatering. • Design of at-grade sidewalks, pavements, slabs on grade, and landscaping. • Design of facility aesthetics such as illumination, concrete barriers, and pedestrian railings. • Architectural design of piers and walls, except for surface finishes for walls such as concrete form liners and face finishes for concrete blocks, • Evaluation of existing buildings adjacent to the project. • Ground improvement design such as soil densification or stone columns. • Stability analyses of geosynthetic walls or structural earth walls (mechanically stabilized earth walls). Stability analyses are assumed to be performed by the Geotechnical Engineer for the Project. Schedule The preliminary schedule for the work is as follows: Date Deliverable Dec.X2016 Notice to Proceed Un®(<r Y^ate Dec.y6'2016 Kickoff Meeting (base maps completed, including power lines. Locate piers) Jan 15, 2016 Girder type selected to verify superstructure depth and profile(+4 wks) Jan. 22, 2016 Preferred Retaining Wall type selected (+1 wk, 5 wks net) Jan 29, 2016 Draft Technical Memo (Bridge and Wall Types) (+1 wk, 6 wks net) City of Kent South 228' UPRR Grade Separation 3 Scope of Services FN Date Deliverable Feb. 5„ 2016 City Review Comments on Draft Technical Memo (+1 wk, 7 wks net) Feb. 19, 2016 Final Technical Memo, 30% Plans, Estimate, Construction Schedule (+2 wks, 9 wks net) March 11„ 2016 60%Submittal (+3 wks, 12 As net) Complete design for final RR Submittal May 6, 2016 90% Submittal (+8 wks, 20 As net) June 30, 2016 100% Submittal (+8 wks, 28 As net) Work Elements Work Element 1. Contract/Task Management • Consultant will provide the resources necessary to complete the work in this scope of services and manage them effectively. • Consultant will provide overall quality review and assurance of the work in this scope of services, • Consultant will be responsible for monthly invoicing for Consultant's work. • Consultant will prepare monthly progress reports outlining task status, work performed during the previous month, work to be performed the next month, unresolved issues requiring immediate attention. These reports will be prepared monthly and submitted with the Project invoices. • Consultant will work with the City in developing a design schedule and monitoring progress against the schedule. Deliverables: • Design Schedule for Consultant's work elements. • Monthly invoices, progress reports. Work Element 2. Coordination with City and Other Consultants • Consultant will coordinate with the City and City's other consultants for the project design. • Consultant will attend up to nine meetings with the City and the City's other consultants. Meetings are anticipated to be at the City offices and assume four meetings attended by one staff member and five meetings attended by two staff members. City of Kent South 2281°UPRR Grade Separation 4 Scope of Services FN Design Phase Number of Meetings Preliminary 3, including Kickoff 60% Design 3 90% Design 2 100% Design 1 • Consultant will correspond via telephone, fax, and email, as appropriate, with the City and Geotechnical Engineer. • Site visits: Consultant will perform up to three site visits (follow on to trips for meetings above). Deliverables: Meeting notes, draft and updated version that incorporate City revisions. Drafts will be sent to the City within 1 week of the meeting. Work Element 3. Structural Design I 3.1. Preliminary Structural Design Consultant will develop a preferred alternative for the bridge and retaining walls. 3.1.1. Meetings with the City 3.1.1.1. Kickoff meeting: Consultant will meet with the City and the Geotechnical Engineer to review the project and to identify feasible alternatives for bridge foundations and walls. Issues to be discussed are potential settlement of the walls, construction sequence of the walls and bridge abutment/piers, horizontal and vertical clearances of the railroad tracks and other potential UPRR requirements for construction, and utilities. 3.1.1.2. Coordination meeting: A second meeting to review construction sequence and other details. 3.1.1.3, Meeting with UPRR and the City at the City offices to coordinate and review design requirements and submittals. 3.1.2. It is desired that the bridge superstructure depth be minimized in order to improve (lower) the roadway profile over the tracks. The main spans of the superstructure are assumed to consist of WSDOT's standard precast, prestressed concrete girders with a cast-in-place slab or topping slab. Consultant will determine girder type and depth. Costs and constructability, especially as related to work across the railroad tracks will be considered. The selected superstructure type will be used by the City to finalize the roadway profile. 3.1.3. Bridge substructure and up to two foundation types will be evaluated. Primary issues include anticipated settlements under the approach embankments, construction costs, and constructability. Consultant will coordinate with the Geotechnical Engineer, furnishing anticipated bridge foundation loads, reviewing the draft geotechnical report and recommendations for design by the Geotechnical Engineer, and conferring with the Geotechnical Engineer. i City of Kent South 228" UPRR Grade Separation 5 Scope of Services FN 3.1.4. Consultant will evaluate and determine preferred retaining wall types in conjunction with the Geotechnical Engineer and the City. Issues to be reviewed include settlement under the weight of the approach embankments, ground improvement, and effects on the bridge structure. The tall wall types to be considered along South 228th Street are structural earth walls with gravel backfill, structural earth walls with cellular concrete backfill, and WSDOT standard permanent geosynthetic earth walls. At shorter walls along 6th Avenue North and the north-south driveway west of the bridge, WSDOT standard cast-in-place concrete retaining walls will also be evaluated. The City will provide Typical Sections, Plans and Profiles for roadways at South 228th Street, the driveway located approximately 400 feet west of the proposed bridge, and 6th Avenue North. The City will provide Profiles along Back of Sidewalk along the proposed walls. Using these Plan and Profiles, construction quantities and costs will be estimated. 3.1.5. Consultant will prepare a technical memo, approximately three pages in length, summarizing the alternatives considered and issues used to determine the preferred alternatives for the bridge and retaining walls. It will include a discussion of construction sequence and construction schedule. 3.1.6. After the bridge type, length, and superstructure depth are determined, the City will adjust the vertical profile of the road as necessary to provide minimum railroad clearances. The City will provide the Consultant with the revised profile within 1 week after receiving the information from the Consultant. Using the revised vertical profile, Consultant will prepare a preliminary layout of the bridge developed to 30% level of design. The preliminary layout will include a plan, elevation and typical section of the bridge. Deliverables: • Preliminary bridge layout—electronic and PDF, 11x17 hardcopy. See drawing list in table below. • Technical Memorandum— draft and final (Microsoft Word and PDF). • Preliminary construction cost estimate (Microsoft Excel and PDF). • Preliminary construction schedule (Microsoft Project and PDF). • Electronic (PDF) copies of completed Quality Control Review documentation, if requested. 3.2. 60% Structural Design Consultant will develop the design, plans, and construction cost estimate to a 60% design level. 3.2.1. Review of 30% design: Comments on the 30% submittal will be forwarded from the City to the Consultant within 2 weeks after the 30% Submittal. The Consultant will respond in writing (tabular format to be established). A meeting will be held with the City approximately 1 week after comments from the City are received by the Consultant. 3.2.2. The Consultant will confer with the City roadway/civil designer(s) and the Geotechnical Engineer, including up to two additional coordination meetings. 3.2.3. Analysis and design to be performed in this task: • Gravity load analysis (including checking) • Seismic analysis (including checking) City of Kent South 228"UPRR Grade Separation 6 Scope of Services i • Girder design • Deck slab design • Shaft foundation design • Column design • Pier crossbeams design • Preliminary structural earth wall traffic barrier and moment slab design, including the luminaires on top of the traffic barrier, BP rail, and fencing. • An allowance for one sheet to address the need to cantilever the moment slab and adjust the wall alignment is included. 3.2.4. The Consultant will prepare an outline of technical special provisions (specifications)for the structures. 3.2.5. The Consultant will update the construction schedule for the bridge. The Consultant will assist the City in refining the construction schedule for the retaining walls. 3.2.6. The Consultant will update the construction cost estimate using bid items, quantities, and unit costs. 3.2.7. Consultant will prepare plan sheets. See the Drawing List below for the plan sheets to be submitted. 3.2.8. The designated Consultant QC/QA staff member will review Consultant-prepared plans and cost estimates. Deliverables; • Bridge and wall plans—electronic (PDF), one 11x17 hardcopy. • Outline of technical special provisions for structures (Microsoft Word). • Construction cost estimate (Microsoft Excel). • Updated construction schedule (PDF, markup of City's construction schedule for the Project). • Electronic(PDF) copies of completed Quality Control Review documentation, if requested. 3.3 90% Structural Design The Consultant will develop the design, plans, and construction cost estimate to a 90% design level. 3.3.1. Review of 60% design: Comments on the 60% submittal will be forwarded from the City to the Consultant within 2 weeks after the 60% Submittal. The Consultant will respond in writing (tabular format to be established). This meeting will be approximately 1 week after comments from the City are received by the Consultant. 3.3.2, The Consultant will confer with the roadway and civil designer and the geotechnical engineers. Up to two coordination meetings with these designers are anticipated. 3.3.3. Design and plans will be finalized and checked for all structural elements: • Gravity load analysis City of Kent South 2281h UPRR Grade Separation 7 Scope of Services FN • Seismic analysis • Girder design • Deck slab design • Shaft foundation design • Column design • Pier crossbeams design • Girder bearing design • Approach slab design • Barrier design for the moment slab. 3.3.4. The Consultant will prepare technical specifications for the structures. 3.3.5. The Consultant will update the construction schedule. 3.3.6. The Consultant will update the construction cost estimate. 3.3.7. The Consultant will complete structural calculations and calculation checking. 3.3.8. The designated Consultant QC/QA staff member will review Consultant-prepared plans and cost estimates. Deliverables: • Bridge and Wall plan sheets as indicated in the drawing list below (PDF). • Technical special provisions for the bridge and walls (Microsoft Word). • Updated construction schedule (PDF, markup of City's construction schedule for the Project). • Updated construction cost estimate (Microsoft Excel). • Electronic (PDF) copies of completed Quality Control Review documentation, if requested. 3.4. 100% Structural Design The Consultant will develop the design, plans, and construction cost estimate to a 100% design level, ready for bid advertisement. 3.4.1. Review of 90% design: Comments on the 90% submittal will be forwarded from the City to the Consultant within 2 weeks after the 100% Submittal. The Consultant will respond in writing (tabular format to be established). This meeting will be approximately 1 week after comments from the City are received by the Consultant. 3.4.2. The Consultant will make revisions to the plans, technical specifications, construction cost estimate, and construction schedule. Deliverables: • Bridge and Wall plan sheets—signed and stamped on full-size (22"x34") bond, electronic versions to be determined. City of Kent South 228"UPRR Grade Separation 8 Scope of Services FN • Updated construction schedule (PDF markup of City's construction schedule for the project). • Updated construction cost estimate (Microsoft Excel). • Updates to technical special provisions for the bridge and walls (Microsoft Word). • Structural calculations: One hardcopy and PDF of calculations, electronic files of input/output for structural analysis and design programs. Work Element 4. Railroad Coordination The Consultant will assist the City with review of bridge issues relevant to the City/UPRR Construction and Maintenance Agreement. 4.1 Meetings • Consultant will attend up to three meetings with UPRR. One staff member from Consultant will attend each meeting. Meetings are assumed to be held at City offices. 4.2 Plans and Specifications • Consultant will provide technical materials, such as oscillator machine data for shaft construction, to prepare and follow up after meetings with UPRR, An allowance of 12 hours is assumed. • Consultant will review specifications, Construction and Maintenance Agreement, or other similar documents as requested by the City. An allowance of 8 hours is assumed. Work Element 5. Value Engineering Study 5.1 Meetings Consultant will attend up to two meetings with the City and Value Engineering Team, One staff member from Consultant will attend each meeting. Meetings are assumed to be held at City offices. • An allowance of 10 hours is assumed for preparation and follow up to the meetings. Work Element 6. Bid Period Support • Consultant will participate in a Pre-Bid Meeting. Two Consultant staff members are assumed to attend. • Consultant will assist the City in answering questions about the bid documents during the Advertisement period. Bid period is assumed to last 4 weeks. The City will receive questions and forward to the Consultant for response, as required. The Consultant will reply to the City so the City can issue the response. • An allowance for one minor addendum is included in the fee estimate. • The Consultant shall not be contacted by contractors without the approval of the City. City of Kent South 228r"UPRR Grade Separation 9 Scope of Services 01 Drawing List The proposed drawing list below identifies which sheets are anticipated for each submittal. Submittals Drawing List 30% 60% 90% 100% Bridge 1 Layout and General Notes x x x x RR Track Profiles City City City City 2 Construction Sequence 1 & Construction Clearance Diagram x x x x 3 Construction Sequence 2 (superstructure) x x x 4 Foundation Plan x x x 5 Shaft Details x x x 6 Column Details x x x 7 Piers 1 and 3-Crossbeam Details 1 x x x 8 Piers 1 and 3-Crossbeam Details 2 x x x 9 Piers 1 and 3 -Crossbeam Details 3 x x 10 Pier 2 -Crossbeam Details 1 x x x 11 Pier 2-Crossbeam Details 2 x x x 12 Pier 2-Crossbeam Details 3 x x 13 Framing Plan x x x 14 Typical Section x x x x 15 Girder Details 1 x x x 16 Girder Details 2 x x x 17 Girder Details 3 x x x 18 Girder Details 4 x x x 19 Girder Details 5 x x x 20 Intermediate Diaphragm Details x x x 21 Slab Reinforcing Plan x x x 22 Slab Reinforcing and Sidewalk Sections 1 x x x 23 Slab Reinforcing and Sidewalk Sections 2 x x 24 Approach Slab Details 1 x x l x 25 Approach Slab Details 2 x x x 26 Approach Slab Details 3 x x 27 Expansion Joint Details x x 28 Pedestrian Barrier Details 1 x x x 29 Pedestrian Barrier Details 2 (conduit) x x x 30 Illumination Details at Ped Barrier x x 31 Railing Type BP 1 x x x 32 Railing Type BP 2 x x x 33 Railing Type Chain Link Fence x x x 34 Utility Support Details x x x 35 Bar List x x Walls 1 West Walls Plan 1, NW Wall Elevation City x x x 2 West Walls Plan 2. NW and End Wall Elevation *City x x x 3 SW Wall Elevation *City x x x City of Kent South 228� UPRR Grade Separation 10 Scope of Services N Submittals Drawing List 30% 60% 900/. 100% 4 West Driveway Walls Plan and Elevations *City x x x 5 East Wall Plan and NE Wall Elevation * City x, x x 6 SE Wall and End Wall Elevation * City x x x 7 6th Ave Walls Plan and Elevations *City x x x 8 Wall Elevations Schedule x x x 9 Preload, Typical Section, Notes, Settlement PL x x x 10 SEW Typ Section, Moment Slab Section x x x 11 End Wall Details 1 x x x 12 End Wall Details 2 x x 13 Wall Details-overhangs x x 14 Wall Details-Moment Slab hydrant, utilities x x 15 Concrete Barrier Details 1 (Elevation, typical details) x x x 16 Concrete Barrier Details 2 (Conduit and electrical) x x x 17 Concrete Barrier Details 3 (Luminaire mounting) x x 18 CIP Retaining Wall Sections and Details 1 x x x 19 CIP Retaining Wall Sections and Details 2 x x SE Walls—Architectural Details 1 (block wall patterns or precast 20 panel patterns) x x 21 SE Walls—Architectural Details 2 x x 22 SE Walls—Architectural Details 3 x x * For 30%, profiles by City along wall alignment line(Back of Sidewalk) I i City of Kent South 228'r'UPRR Grade Separation 1 i Scope of Services II 0 9 71 L N- Ml av, H J Vl S'T N. N; pb a N m V W q y ry I m M uu°0'ueBoH E n o: e,, o. b � I ry m b a I w a 3 unjpn9'OunoA Iry —r i dkAel'i-I N cc77 ,'n, A 41agoN'uospjeyalN L tlol/7ed'It c w oWwAarwal amp aka "' `.� �mn r7 � �''oNm ,�„ vam I H;m rvrv:ry �. rv ,1O. am{m � a e 6 o r , E ,� - 00 C W"� a r FF E.tCUu IcEE � a' Yn .co Y' a _3omi .a cs q R in E m u a .� ic > u °o a o d.'v' m m` 3 a 0 E E d U° 5'i 'a o a:,v v o o c v v e@; i °�' m h to a u` v'ci a v v c2 r q:� inuE n;n`nUu '_ — — nniau �cm Ni i vepOp AO9e1 le1o1 - '.a•, �1 p � p $An0FI ICAOL il a N ✓ try VI O R h O W N a{ N W l0 n N � C 1�0.ry O t0 O l0 V N N m N N N lO a IG N VI nl N N -1y N N N N St o` I d M uuop'ueBOq w' N v aIlW Jlas c] g unjpng'»unoh o' ! i io �o `.� `.� m m .1Oa .rvi ml - .ci Nr. my n N .`Oi .Ni p hAAel'AallaN `.-� rvi � `.�.. N p lAagoy'uospiegaly rv (( m N N S OIle1'uaBeyoJ a w ;° N N ,1Oi ro a u v �,..N vl I�I 'N m 'N° m n m v m ry N a ry m m � a. 11311led'11 !, I 1 • ly Worwag m m .+ a i E m y u o c In r .c t'i c Yy p� � m9 'n m a m ' c cm L LLLu"' t4 2 - o c '� o�o m m yF� i- I- w m c m y ry c w ry 5 u m` N a '" � —n� $ v v o v y a o n C 5 t3E v m c w uLLFnuuu` •V' S c� au � rc �' 6a3 r� �y � iOasufil cY3a 2' .�' $ �+ 339y8 b � in � o ¢ O I 2 `I l s 1pa mgel jowl � N vnoH lelal I~ k II r � M 41104'UvOQH k Bp T m M Vallnf$Ia5 i a e «S g umpnolunaA 1 rN� P �l d Auel'fa11eA eo m m m "� o v �i v � q2 M N i MPi� V: °` i Uagoy'uO$pwgwH ii m q o o L 77 N a, f m pyOA.r.WoI I N a OF d tq a a � I c 4 0 K I Nin 9 ¢ �I v w = vis Nt Iii § ° -& P Y"I-q }"SDI �= T�i a� n� 7 C Q E _ In In � v o W W _ �.Ai0. 'S. n6 cJzaLL S�t�c°� ou' ^,S � mam n ¢ m S m C ¢ u -u °1 2 � g w x S- [7 t a a W q b&».x 8 8 g oS2;- ° ...- of ° Pa o ° PAP P $ � iN NP ' $ � PPaP ° ° PPo � PP ° ° POP as� � �° ° .. PPP F ! � � ° Pa000PQ ° � o � ss. � so'g ° oa ° � PPPPBe� s8s s P � QP PPP Nix«! �eaaR»x� „x „ 'd ° PAP Pga ° � � o $ Sp880 ° � o88o ° aoo8 8:,8958° ° 88aee � 8 ° _! g� yP ° 8 ° - 888SY8 d � W rE N$.x u"i x+%x N xHxxx»»xd ° .n i, a _r -'6 $ Q8d�88B � a BgaaP ti88j888B _' 88 � ' e � �F� rxx,�„�,x xx � �x»� v � yyy,� p ` � u� 4.� g $ SS@ h � � � 3 s S2 sH€ � gay ; aG p s A 3 y A � 8 8p wk x0 � PSFpm EauEa ° Yu�Iw � .a � g, `3� f8 Yh oso E 0 V a $ g q (j ?-9 (� 1 �YQ o� e C b Y t�:V t�i m°Im° . 0 F O llkll} § j § \ j ) §\ ® ® ® G & & ® \ { \ \ ` § ! ; § G ƒ 2 \ / � q ; ; ; ; § p « § , - � f \ # § 5 ) a 0 aa : ; ; . . I I 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 additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $5,000,000 each occurrence, $5,000,000 general aggregate. EXHIBIT B (Continued) 3. Professional Liability 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 insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the 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. ATE A� ® CERTIFICATE OF LIABILITY INSURANCE D2/17/2 5 O 6n/za16 12/17/201 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les) must be endorsed. If SUBROGATION 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). CONTACT PRODUCER LOLOn Companies 8116Sa�U19 0O 641I2-I906PHONE ;FAX ApORESSXII1 PVC..Na,. 1d NAME 444 W.47th Street,Suite 900 E MAIL ( INSURER(S)AFFORDING COVERAGE NAICIf INSURER A:Hartford Fire Tnsurance Company_. 19682 INSURED HDR ENGINEERING,IArC, INSURER B:Travelers Property Casualty Co of America 25674 17676 8404 INDIAN HILLS DRIVE INSURERC:American Zurich Insurance Company_ 40142 OMAHA,NE 681 14-4049 INSURER D:Lexington Insurance Company 19437 INSURERS: INSURER Ft COVERAGES HDRIN01 CERTIFICATE NUMBER: 13909241 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY FEE POLICY EXP LIMITS LTR D VD POLICY NUMBER MMIDDIYYYY IYY MMIDDW A X CLAIMS-MADE X OCCUR COMMERCIAL GENERAL LIABILITY Y Y 37CSL000950 6/1/2015 6/1/2016 EACH OCCURRENCE $ 11000,000 ORE" TO RENTED PREMISES IEa occurrence) $_1.,000,000 _ X CONTRACTUAL LIAB MED EXP(Any one person) i_$ 10,000 PERSONAL&ADV INJURY $ 1 000000 GEN'LAGGREGATE LIMIT APPLIES PER GENERALAGGRFGATE $ 2,000.000 POLICY DUCTS a iFcT LOC PRO COMPfOPAGG $ 2,000,000 OTHER' 1 A 1 AUTOMOBILE LIABILITY ( COMHINEp SINGLE LIMIT y y 37CSEQU0951 (((HI) 6/1/2015 6/(/2016 Eaacc,d.mt) _ $ 2,000,000 A 37CSEQU09>2(HI) 6,W2015 6/1/2016 A X `ANY AUTO _. 37CSeQU1160 MA) 6/1/2015 6/1/2016 BODILY INJURY(Per person) $ XXXXXRX ALL OWNED SCHEDULED ! BODILY INJURY(Peraccident) $ XXXXXXX AUTOS J OS NON-OWNED PROPERTY DAMAGE $ XXXXXXX X HIRED AUTOS X AUTOS (Per acwJent)_ sXXXXXXX R X I UMBRELLA LIAB X' OCCUR N N ZUP-1 OR64084-15-NP 6/1/2015 6/1/2016 EACH OCCURRENCE $ 4,000,000 EXCESS LIAB _ (EXCLUDES PROF,LIAR) CLAIMS-MADE AGGREGATE. $ 4,000,000 DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION y 0381127 I/1/2015 7/1/2016 X STTUTE FORT) C AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN NIA F.L.EACH ACCIDENT_ $ 1000000 OFFICERIMEMSER EXCLUDED? N❑ (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1 000000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000000 D ARCHS&ENGS N N 061853691 6/I(20I5 6/1/2016 PER CLAMM:$S,W0,000. LOG: PROFESSIONAL $S,000,U00. LIABILITY DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is requimd) ' CITY OF KEN 1' SOUTH 228TH UPRR GRADE SEPARATION,HER CONTRACT#.CON0104334,PROJECT II 272159,THP,CITY OF KEN P IS NAMED AS ADDITIONAL INSURED ON GENERAL AND AUTO LIABILITY AS PER WRITTEN CONTRACT,ON A PRIMARY,NON-CONTRIBUTORY BASIS, W.IIVER OF SURROGATION APPLIES WHERE ALLOWABLE BY LAW,30 DAYS NOTICE OF CANCELLATION APPLIES,10 DAYS NOTICE FOR NON-PAYMENT OP PREMIUM.SEVERABILiTY OF INTERESTS APPLIES, CERTIFICATE HOLDER CANCELLATION See Attachments 13809241 CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE AT,IN:MARK MADFAT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 FOURTH SOUTHACCORDANCE WITH THE POLICY PROVISIONS. KENT WA 98032 AUTHORIZED REPRESENTATIV ©J988 2014'ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 37CSEQUO950 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY,PLEASE READ IT CAREFULLY. ADDITIONAL INSURED --- OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS PER.WRITTEN CONTRACT,ON A PRIMARY,NON-CONTRIBUTORY BASIS (Information required to complete this Schedule,if not shown above,will be shown in the Declarations.) A. Section Il-Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule,but only with respect to liability for"bodily injury", "property damage"or "personal and advertising injury"caused, in whole or in part,by: 1.Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s)at the location(s)designated above. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to"bodily injury" or"property damage"occurring after: 1.All work,including materials,parts or equipment furnished in connection with such work,on the project (other than service,maintenance or repairs) to be performed by or on behalf of the additional msured(s)at the location of the covered operations has been completed; or 2.That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, CG 20 10 07 04 I Miscellaneous Attachment:M5509 Certificate ID: 13809241 POLICY NUMBER: 37CSEQUO950 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 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 SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE FOR COMPLETED OPERATIONS. Location And Description of Completed Operations: ANY LOCATION WHERE YOU HAVE AGREED,THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT,EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE FOR COMPLETED OPERATIONS. Information required to complete this Schedule, if not shown above will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule,but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part,by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard" CG 20 37 07 04 Miscellaneous Attachment:M5509 Certificate ID: 13809241 POLICY NO. 37CSEQUO951 HARTFORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional insured 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 of Section II - LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of subrogation, the Loss Condition - TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US is applicable. Name of Additional Insured Person(s) of Organization(s): Blanket coverage as required by written contract. Hartford Form #HA9913 Miscellaneous Attaclnncnt M6986 Certificate ID: 13809241 [ � [T Agenda Item: Consent Calendar - 7E W I.S i.la6 [I lv TO: City Council DATE: January 5, 2016 SUBJECT: Consultant Services Agreement with HDR Engineering, Inc. for the 228th St. Union Pacific Grade Separation Project - Authorize MOTION: Authorize the Mayor to sign a Consultant Services Agreement with HDR Engineering, Inc. in an amount not to exceed $625,225.08 to provide Structural Engineering services for the 228th Street Union Pacific Grade Separation project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The South 228th Street Grade Separation project will construct an overpass over the Union Pacific rail lines to eliminate the at-grade crossing and the conflict between vehicles and trains. The bridge will also span across the Interurban Trail located within PSE right of way. This project is the third and final phase of the South 228th Street corridor, connecting the valley with I-5 and the future 509 connection. The consultant will provide structural engineering services for the design of the new bridge and wall structures. This includes the preparation of the plans, specifications and cost estimates for the bridge and walls. EXHIBITS: Consultant Services Agreement with HDR Engineering, Inc. RECOMMENDED BY: Public Works Committee I YEA: Fincher, Ralph, Higgins NAY: BUDGET IMPACTS: This will be paid for using grant funds awarded for this project. RE UEST 'F R MAYOR'S SIGNATURE Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT.. Approved by erect G Originator: Mark Madfai Phone Orl inator': 5521 Date Sent: 'aih&. Date Required: d a, _ Return Signed Document to: Nancy;yoshirake Contract Termination Date: 12/31/16 VENDOR NAIVE: Date Finance Notified: HDR Engineer, Inc. (Only required on contracts 12/21/15 10 000 and over or on any Grant DATE OF COUNCIL APPROVAL Date Risk Manager Notified:N/A 1/5/16 (Required onf Non-City Standard Contracts/A reements Has this Document been Speciflcall Account Number: R90067 Authorized in the Budget? a YES NO Brief Explanation of Document: The attached agreement is for HDR to provide structural engineering services for the S. 228th Street UPRR Grade Separation project. All Contracts Must Be Routed Through The taw Department (This area to be completed by:the Law Department) V Received: � i ? t F Approval of Law Dept.: � -Law Dept. Comments: Date Forwarded to Mayor: i ire Shaded Areas To Be Completed By Administration Staff Received': Recommendations and Comments: k Disposition Date Returned: 6.4'e 1 IV It rs1O^cum^nL r snplRevuesHorM y^rsS9^= rc Eod — J t. z � 3 , KENT arc Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: HDR Engineering, Inc. Vendor Number: JD Edwards Number Contract Number: PW((9 -() Iq - 0a` This is assigned by City Clerk's Office Project Name: 228th Street UPRR Grade Separation Description: ❑ Interlocal Agreement ❑ Change Order ® Amendment ❑ Contract ❑ Other: Contract Effective Date: 12/27/16 Termination Date: 12/31/17 Contract Renewal Notice (Days): 365 Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Public Works Contract Amount: $0 Approval Authority: (CIRCLE ONE Department Director Mayor City Council Detail: (i.e, address, location, parcel number, tax id, etc.): Time extension due to project delays As of: 08/27/14 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe ® Kent, WA 98032 K Fax: 253-856-6500 WASHINGTON Phone: 253-856-5500 LETTER OF TRANSMITTAL DATE: December 28, 2016 TO: Joyce Lem HDR Engineering, Inc. 500 108" Ave NE Bellevue, WA 98004-5549 RE: 2281h Street L1PRR Grade Separation Copies Description 1 original Amendment No. 1 Enclosed is your executed copy of Amendment No. 1 for the above referenced project. Please note that invoices should be emailed to accountspayable(alkentwa.gov. If you should have any questions, please contact me. I Copies to: Andrew Dacuag Mark Madfai Public Works Operations 220 4th Ave. S. Kent, Washington 98032 Phone: 253-856-5653 Fax: 253-856-6600 Email: ADacuag@KentWa.gov (CENT w.s� xa,oH AMENDMENT NO. 1 NAME OF CONSULTANT OR VENDOR: HDR Engineering, Inc. CONTRACT NAME & PROJECT NUMBER: 228t" Street UPRR Grade Separation ORIGINAL AGREEMENT DATE: January 11, 2016 This Amendment is made between the City and the above-referenced Consultant or Vendor and amends the original Agreement and all prior Amendments. All other provisions of the original Agreement or prior Amendments not inconsistent with this Amendment shall remain in full force and effect. For valuable consideration and by mutual consent of the parties, Consultant or Vendor's work is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, the Consultant or Vendor shall: The scope of work remains the same, however an amendment is needed to extend the time of completion to December 31, 2017 due to project delays. 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are modified as follows: Original Contract Sum, $605,264.91 including applicable WSST Net Change by Previous Amendments $ including applicable WSST Current Contract Amount $605,264.91 including all previous amendments Current Amendment Sum $0 Applicable WSST Tax on this $0 Amendment Revised Contract Sum $605,264.91 Ali AMENDMENT - 1 OF 2 ie Original Time for Completion 12/31/16 (insert date) Revised Time for Completion under n/a prior Amendments (insert date) Add'I Days Required (f) for this 365 calendar days Amendment Revised Time for Completion 12/31/17 (insert date) The Consultant or Vendor accepts all requirements of this Amendment by signing below, by its signature waives any protest or claim it may have regarding this Amendment, and acknowledges and accepts that this Amendment constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Amendment, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Amendment, unless otherwise provided, does not relieve the Consultant or Vendor from strict compliance with the guarantee and warranty provisions of the original Agreement. All acts consistent with the authority of the Agreement, previous Amendments (if any), and this Amendment, prior to the effective date of this Amendment, are hereby ratified and affirmed, and the terms of the Agreement, previous Amendments (if any), and this Amendment shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding on the parties of this contract. IN WITNESS, the parties below have executed this Amendment, which will become effective on the last date written below. CONSULTANT/VENDOR: CITY OF KENT: gy: - By: � 4>� jsign tune �--•"' .� � (s nature) Print Name: ii ( Print Name: Timothy J. LaPorte, P.E. Its vice e QE5t0eKJ7— Its Public Works Director (title) f£ (title) DATE: /21Z1l i DATE:_fr � ; _g ✓ f APPROVED AS TO FORM: (applicable if Mayor's signature required) I Kent Law Department AMENDMENT - 2 OF 2 ACOR®° CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDlYYM 6/t/2017 5/25/2016 i g CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS (TIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES PELOW. 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 he 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 Lockton Corn antes CONTACT NAME: 444 W.47th Street,Suite 900 PHONE AIC,No,Ext: I [X IC,No): Kansas City MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: 1 INSUREIUSI AFFORDING COVERAGE NAIC# INSURER A: Hartford Fire Insurance Company 19682 INSURED HDR ENGINEERING,INC. INSURER B: Tra""ProPUVC'EuyCoofAmedco 25674 17676 8404 INDIAN HILLS DRIVE INSURER c: American Zurich Insurance Company 40142 OMAHA,NE 68114-4049 INSURER D: LexmptonInsuranceCornpany 19437 INSURER E INSURER F: COVERAGES HDRIN01 CERTIFICATE NUMBER: 13809241 REVISION NUMBER: XXXXXXX 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 SUER POLICY EFF POLICY EXP L TYPE OF INSURANCE INSD VND POLICY NUMBER MMIDD/YVYY MMIDDIYYW LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 37CSEQUO950 6/1/2016 6/l/2017 EACH OCCURRENCE s 1000000 CLAIMS-MADE OCCUR PREMISES(Ea o rence S 1,000,000 X CONTRACTUAL LIAB MED EXP(Any oneperson) 10,000 PERSONAL&ADV INJURY $ 1,000.000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICV�PECOT- LOC PRODUCTS-COMP/OP AGO $ 2,000,000 OTHER $ COMBINED SINGLE LIMIT 'TOMOaILE LIABILITY Y Y 37CSEQU0951((((AOS) 6/I/2016 6/1/2017 Ea accident $ 2X0,000 AL ANYAUTO I 37CSEQU0952(HI) 6/1/2016 5/1/2011 BODILY INJURY(Per person) $ XX�X A Aur OWNED SOTOSULFD 37CSEQI11160(MA) 6/1/2016 5/1/2017 BODILY INJURY(Per accident $ XXX%XXX X HIRED AUTOS X NON-OWNED PPROacaden DAMAGE $ X '�'X'XXX $ XXXXXXX B X UMBRELLA LIAB X OCCUR N N ZUP-JOR64084-16-NF 6/1/2016 6/1/2017 EACH OCCURRENCE $ 4 OOO OOO EXCESS LIAB CLAIMS-MADE (EXCLUDES PROF.LIAB) AGGREGATE $ 4,000,000 DEO I I RETENTION$ $ XXXXXXX WORKERS COMPENSATION C PER AND EMPLOYERS'LIABILITY YIN Y 0381127 7/1/2016 7/1/2017 X STATUTE ANYPROPRIETOWPARTNEWEXECUTNE NIA E. EACHACCIDENT $ 1 000000 OFFICER/MEMSER FXCLUOEO9 F L (Mantlalory In NH) EL DISEASE-EA EMPLOYEE 1 000000 Edescrbe under ECRIPTIONOFOPERATIONSI,almv E.L.DISEASE-POLICY LIMIT 1 000000 D ARCIIS&ENGS NT N 061853691 6/l/2016 6/l/2017 PER CLAIM:S5,000,000. AGO: PROFESSIONAL $5.000,000. LIABILITY I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,may be attached If more apace Is required) CITY OF KENT SOUTII 228TH UPRR GRADE SEPARATION,BUR CONTRACT#CON0104334,PROJECT#272159.THE CITY OF KENT IS NAMED AS ADDITIONAL INSURED ON GENERAL AND AUTO LIABILITY AS PER WRITTEN CONTRACT,ON A PRIMARY,NON-CONTRIBUTORY BASIS.WAIVER OF SUBROGATION APPLIES WHERE ALLOWABLE BY LAW.30 DAYS NOTICE OF CANCELLATION APPLIES, 10 DAYS NOTICE FOR NON-PAYMENT OF PREMIUM.SEVERABILITY OF INTERESTS APPLIES. CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3809241 AUTHORIZED REPRESENTATIVE CITY OF KENT ATTN:MARK MADFAI 220 FOURTH AVENUE SOUTH KENT WA 98032 y Xffj ACORD 25(2014101) ©19 8-2014 ACORD CORPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 37CSEQUO950 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 TIIIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED --- OWNERS,LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS PER WRITTEN CONTRACT,ON A PRIMARY,NON-CONTRIBUTORY BASIS (Information required to complete this Schedule,if not shown above,will be shown in the Declarations.) A. Section II-Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule,but only with respect to liability for"bodily injury", "property damage" or "personal and advertising injury"caused,in whole or in part,by: 1.Your acts or omissions;or i 2.The acts or omissions of those acting on your behalf; I in the performance of your ongoing operations for the additional insured(s)at the location(s)designated above. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage" occurring after: 1. All work,including materials,parts or equipment furnished in connection with such work, on the project (other than service,maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed;or 2. That portion of"your work'out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 II I' Miscellaneous Attachment:M5509 Certificate ID : 13809241 POLICY NUMBER: 37CSEQUO950 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 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 SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT,AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE FOR COMPLETED OPERATIONS. Location And Description of Completed Operations: ANY LOCATION WHERE YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT,EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE FOR COMPLETED OPERATIONS. Information required to complete this Schedule, if not shown above will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule,but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 1 Miscellaneous Attachment :M5509 Certificate ID : 13809241 POLICY NO. 37CSE000951 37CSEQUO952 37CSEQU 1160 HARTFORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional insured 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 of Section II - LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of subrogation, the Loss Condition -TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Is applicable. I Name of Additional Insured Person(s) of Organization(s): Blanket coverage as required by written contract. Hartford Form #HA9913 Miscellaneous Attachment:M6986 Certificate ID : 13809241 ENT ❑ rds 11� WnswaNcraw Document t 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: HDR Engineering, Inc. Vendor Number: ID Edwards Number Contract Number: — 1 11 Theis is assigned by City Clerk's Office Project Name: 228tn St.. UPRR Grade Separation Description: ❑ Interlocai Agreement ❑ Change Order ® Amendment ❑ Contract El Other: Contract Effective [Rate: Date of the Mayor's signature Termination Gate: 1 /31/18 Contract Renewal Notice (Gays): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Contract Amount: $185,369.94 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide additional structural engineering services for the project. As of: 08/27/14 e KENT Ww5 HEN OT Off+ AMENDMENT NO. 2 NAME OF CONSULTANT OR VENDOR: HDR Engineering, Inc. CONTRACT NAME & PROJECT NUMBER: 2281h Street UPRR Grade Separation ORIGINAL AGREEMENT DATE: January 11, 2016 This Amendment is made between the City and the above-referenced Consultant or Vendor and amends the original Agreement and all prior Amendments. All other provisions of the original Agreement or prior Amendments not inconsistent with this Amendment shall remain in full force and effect. For valuable consideration and by mutual consent of the parties, Consultant or Vendor's work is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, the Consultant or Vendor shall: Provide additional design services for the project. For a description, see the Consultant's Scope of work which is attached as Exhibit A and incorporated by this reference. 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are modified as follows: Original Contract Sum, $605,264.91 including applicable WSST Net Change by Previous Amendments $0 including applicable WSST Current Contract Amount $605,264.91 including all previous amendments Current Amendment Sum $185,369.94 Applicable WSST Tax on this $0 Amendment Revised Contract Sum $790,634.85 AMENDMENT - 1 OF 2 Original Time for Completion 12/31/16 (insert date) Revised Time for Completion under p 1231/17 prior Amendments (insert date) Add'l Days Required for this 365 calendar days Amendment Revised Time for Completion 12/31/18 (insert date) The Consultant or Vendor accepts all requirements of this Amendment by signing below, by its- signature waives any protest or claim it may have regarding this Amendment, and acknowledges and accepts that this, Amendment constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Amendment, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Amendment, unless otherwise provided, does not relieve the Consultant or Vendor from strict compliance with the guarantee and warranty provisions of the original Agreement. .All acts consistent with the authority of the Agreement, previous Amendments (if any), and this Amendment, prior to the effective date of this Amendment, are hereby ratified and affirmed, and the terms of the Agreement, previous Amendments (if any), and this Amendment shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding on the parties of this contract. -IN WITNESS, the parties below have executed this Amendment, which will become effective on the last date written below. CONSULTANT/VENDOR: CITY OF KENT: By: B y (signature)l (signature) Print Name:_KLrIA A, Qo P-rfLA Print Name: Suzette Cooke Its io r Its Mayor --- (title) title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department HDR-228"UP Grade Sep 2 Amd 2/Madfai AMENDMENT - 2 OF 2 EXHIBIT A City of Kent, Washington i South 228t" Street/UPRR Grade Separation Structural Engineering Services Supplement - Scope of Services June 14, 2017 i F)l500108th Avenue NE Suite 1200 Bellevue,WA 98004-5549 (425)450-6200 FN Table of Contents Background....................................................................................................................1 Revisionsto the Scope of Services.............................................................................2 General Project Assumptions ..............................................................................2 Items and Services to be Furnished by the City, the City's Geotechnical Engineer, and other Consultants .........................:...............................................3 Applicable Standards and Requirements.............................................................4 Schedule .............................................................................................................4 WorkElements..............................................................................................................5 Work Element 1. Contract/Task Management ....................................................5 Work Element 2. Coordination with City and Other Consultants .........................5 Work Element 3. Structural Design.....................................................................5 3.1. Preliminary Design.....................................................................................5 3.2. 60% Structural Design................................................................................6 3.3. 90% Structural Design................................................................................7 3.4. 100% Structural Design..............................................................................7 DrawingList.........................................................................................................8 Work Element 3.5 Develop Two-Phase Contract Documents.............................8 3.5.1. Phase 1 Contract Documents (Pier 2 Shafts)..........................................9 3.5.2. Phase 2 Plans and Estimate ...................................................................9 3.5.3. Phase 2 Specifications............................................................................9 Work Element 3.6. Design for Relocation of Bridge Shafts and Columns at Piers 1 and 3................................................................................................................9 3.6.1. Gravity and Seismic Analysis..................................................................9 3.6.2. Shafts and Columns................................................................................9 3.6.3. Crossbeams at Piers 1 and 3................................................................10 3.6.4. Plan Revisions ......................................................................................10 Work Element4. Railroad Coordination............................................................10 Work Element 5. Value Engineering Study.......................................................10 Work Element 6. Bid Period Support ................................................................10 Work Element 7. Design for Relocation of Bridge Pier 2 (Verizon)....................10 7.1. Gravity and Seismic Analysis...................................................................10 7.2. Shafts and Columns.................................................................................10 7.3. Crossbeams at Piers 1 and 3...................................................................10 7.4. Girders.....................................................................................................11 7.5. Deck Slab.................................................................................................11 7.6. Plan Revisions.........................................................................................11 Work Element 8. Services during Pier 2 Shaft Construction..............................11 8.1. Services...................................................................................................11 Work Element 9. Separate Contract Documents for Piers 1 and 3 Shafts.........11 City of Kent South 228th UPRR Grade Separation i Revisions to Scope of Services June 14,2017 i I 9.1. Shafts at Piers 1 and 3.............................................................................12 9.2. Bridge Plans and Estimate.......................................................................12 I City of Kent South 22e UPRR Grade Separation ii Revisions to Scope of Services June 14,2017 F)� EXHIBIT A REVISIONS TO SCOPE OF SERVICES Background MDR Engineering, lnc., (Consultant) started design work for the South 228'h Street— UPRR Grade Separation Project (Project) based on the original Scope of Services (Scope) dated December 2, 2015. Since then, the Scope has been revised to accommodate the needs of an evolving project, including phasing of the project, analyzing alternatives to reduce cost and reduce impact on utilities, and re-design elements to avoid utility conflicts. . This document includes the additions and revisions to the original Scope. The original design schedule for the Project was based on meeting the City's goal of construction starting in the Fall 2016. For this reason, the 100% Submittal date for the Consultant's Contract Documents was June 30, 2016. This accelerated design schedule was predicated on conventional structural earth walls or geosynthetic walls at the approaches, similar to construction details used for the grade separation project for South 228,1h Street and the BNSF Railway (completed in 2009). It was also based on the assumption of similar soil conditions for the bridge foundations such that bridge design and detailing could be advanced while the geotechnical investigation took place. As the City's design progressed it was determined that the project could have an impact on the adjacent METRO sewer that runs parallel to and crosses the west approach to the bridge,. Geofoam fill for the west approach was identified as a solution for limiting settlement of and potential damage to the METRO sewer. During the first months of 2016, settlements under conventional backfill were estimated by the Geotechnical Engineer and the Consultant collected and presented geofoam details for review and acceptance by the City and City's Geotechnical Engineer. The City deemed that the magnitude of settlement of the sewer due to the weight of the conventional soil approach fills would be unacceptable, An, intermediate-weight fill solution, such as cellular concrete, was considered and rejected as "too heavy." Given the design schedule, the City elected to use geofoam for the west approach fills to minimize potential damage to the METRO sewer. In April 2016„ after Puget Sound Energy (PSE) informed the City that their overhead power lines would be temporarily removed or de-energized in late September, the City directed HDR to proceed with preparing a separate, early-construction contract for the shaft foundations at Bridge Pier 2. Shaft construction during the PSE outages resulted in the City meeting its goal of starting Project construction in 2016. Subsequent to this direction to develop the separate shafts contract, the City delayed the design schedule for design of the other elements of the Project. In May 2016„ the City elected to use geofoam at the east approach as it would protect the City's existing 72-inch storm sewer against settlements deemed larger than acceptable. At that time, it was also seen as a cost-effective means of reducing the Project right-of-way costs. The configuration of bridge piers and shafts had to be revised twice. The first relocation of bridge shafts at Piers 1 and 3 was the result of City drainage design requirements that were brought forth to the Consultant in late June 2016. The second reconfiguration was in early September 2016, to avoid existing MCI fiber optic lines that were not relocated in time for the Pier 2 shaft construction during the outage of the PSE power lines. City of Kent South 228'n UPRR Grade Separation 1 Revisions to Scope of Services,June 14, 2017 FN In October 2016, construction of the shafts at Bridge Pier 2 was completed. Construction costs for the geofoam backfill and associated precast concrete facings are more expensive than for standard structural earth walls and geosynthetic retaining walls. In order to reduce construction costs and in conjunction with project schedule revisions, the City determined two-stage walls with conventional soil backfill would be used at most of the approaches, and with reduced extents of geofoam backfill. For two-stage walls, settlements of the underlying soils will be accelerated by constructing a temporary surcharge on the approach fills. The City also determined that stone columns would be constructed below the taller approach fills adjacent to the bridge. To further reduce construction costs, the City revised the wall facings from precast concrete fascia panels to wire-faced structural earth walls where feasible. The City determined that shotcrete facing will be used at geofoam backfill. Shotcrete facing m�ight also be used at the structural earth wall along the north side of the access ramp and, if they are used, at geosynthetic walls. The Consultant's original Scope did not include access ramps down to the Interurban Trail from the elevated west approach to the bridge. Ramps were located at both the north and south sides of the South 228 1h roadway. The north ramp was eliminated in 20,16 as a cost-savings measure. The 15-foot-wide ramp at the south side of South 228 th Street was retained. Revisions to the Scope of Services General Project Assumptions The following assumptions apply to the Project design work: 1. The wall type at the East Approach to the bridge is a wire-faced structural earth wall. This is a proprietary wall system by manufacturers whose wall systems have been pre-approved by WSDOT. Z Wall types at the West Approach to the bridge are as follows: • Walls SW1, NW2, WA(below the bridge approach slab), and SW2 are wire-faced structural earth walls. The proprietary wall systems are the same as in Item 2 above, Wall SW2 will receive shotcrete facing. • Walls !'WW1 and SW3: are a combination of either structural earth walls or WSDOT Standard geosynthetic retaining walls, in combination with geofoam fill along the existing Metro sewer. Shotcrete facing is anticipated. Geofoam fill will support the pedestrian/ bicycle ramp at the south side of South 228 1h Street. Geofoam fill will also be placed as backfill above the existing 72" Metro sewer where it crosses South 2281h Street. 3. hotcrete facing for standard geosynthetic walls will be per the WSDOT Standard Plans and Standard Specifications, adapted for the moment slab and concrete barrier at the top of the wall. Details for reinforcing and anchorage of shotcrete facing to the geofoam backfill will be developed and submitted by the Contractor during construction. 4. For shotcrete facing at the wire-faced structural earth walls, reinforcing steel and/or wire mesh details for the shotcrete facing will not be detailed by Consultant. They will be included in the design and details developed by the structural earth wall manufacturer and included in the submittal process during construction. 5. Shotcrete finish will be determined by the City. Architectural or sculptured finishes are excluded from Consultant's scope of work. City of Kent South 228"'UPRR Grade Separation 2 Revisions to Scope of Services June 14, 2017 ER 6. A concrete load distribution slab above the geofoam will be required at the roadway section. 7. Details at the base of the approach walls (coordination with stone columns)and depth of embedment for the approach walls will be determined in conjunction with the Geotechnical Engineer and the City. 8. Evaluation of effects on underground facilities, such as the City's 72" storm drain line and existing METRO sewer, is excluded from Consultant's scope of work. 9. A railing for pedestrians and bicycles is required along the south side of the Access Ramp to the Interurban Trail. The railing will be designed for pedestrians and bicycle loading, not vehicle traffic impact loads. The railing above the curb will consist of chain link fence with top and bottom pipe rails. Total height of the curb and railing will be 54 inches. 10.The City will develop selected electronic Contract Plan sheets for the Retaining Walls. Consultant will provide engineering oversight and direction on content for these sheets. Consultant work effort for these sheets will be limited to 168 hours (consisting of 116 hours for the Project Manager or Senior Engineer and 52 hours for the Design Engineer).These sheets are identified in the Revised Walls Drawing List below and include: • Key Plan and Notes sheet • Plan Layouts and Wall Elevation sheets • Wall Construction Sequence sheets, including surcharge loading and geofoam construction. • Typical sections through the approach (backfill) materials, including transitions between geosynthetic retaining walls and geofoam, 11. Construction cost estimates for the approaches and the walls will be a joint effort by the City, the City's Geotechnical Engineer and Consultant. The bid items and units of measure for the Contract Documents will be determined jointly. The City will develop quantities for the bid items for the approaches and retaining walls. Consultant will assist by reviewing construction cost information and providing input on unit costs, and coordinating and incorporating bid items in the Specifications. Items and Services to be Furnished by the City, the City's Geotechnical Engineer, and other Consultants 1. The plan alignments and extents and the profiles of the retaining walls are as shown in the electronic Drawing sent from the City to Consultant on February 8, 2017 2. Extents of the geofoam fill, including transitions, will be determined by the Geotechnical Engineer and/or the City. 3. The design parameters for structural earth wall backfill, which will be incorporated into the Specifications for the Project, will be provided by the Geotechnical Engineer. 4. Stone column design and details, including interface details between the stone columns and wall backfill above the stone columns will be by the Geotechnical Engineer and/or the City. 5_ The backfill for the approach walls will be surcharged to achieve settlement of the underlying soils. Surcharge plan extents, height and weight, and duration will be determined by the Geotechnical Engineer. 6. Roadway pavement section will be detailed and determined by the City and /or the Gotechnical Engineer. City of Kent South 228"i UPRR Grade Separation 3 Revisions to Scope of Services June 14,2017 FN 7. Typical Section (pavement or concrete) at the Access Ramp will be determined by the City and coordinated with the Consultant's curb design for the Access Ramp railing. 8. The City will develop selected electronic(CADD) Plan sheets for the Retaining Walls as described in the Assumptions section above and the Drawing List below. The City will perform checking of the horizontal and vertical geometry provided in the Plan and Profile sheets for the walls. 9. If special architectural rock is desired at the face of the wall for visual aesthetics, the City will identify the type of architectural rock (size, angularity, color, etc.), determine the source for the rock, and determine the cost of the architectural rock to be incorporated into the construction cost estimate. 10.As discussed in the General Project Assumptions section above, the City will generate the quantities for the Retaining Walls, including all materials and bid items for fill, geofoam, wall facings, barriers, railings, etc. The City will compile the Construction Cost Estimate for the Project. 11. Overall construction sequence and schedule for the Project will be developed by the City. 12. The City's Geotechnical Engineer will provide input and review of the technical special provisions for geofoam construction. Applicable Standards and Requirements Geofoam wall design will be based on industry standards for expanded polystyrene (EPS) as approach fills. Schedule The proposed schedule below is based on the assumption that the City issues notice to proceed on June 19, 2017. A 19-week schedule following that decision is assumed for completion of the 100% Contract Documents. Meeting this schedule will depend on the City completing its design of storm drainage, utilities, illumination, and other design elements for the Project. Schedule is predicated on allowing a minimum of six weeks following the resolution of geofoam extents in order to develop Plan Details. Consultant will coordinate with the City and GeoEngineers on these design elements. Date Deliverable or Milestone (Duration following preceding Deliverable or Milestone) June 23,2017 Notice to Proceed, preferred alternatives for approaches verified July 7, 2017 Extents of geofoam determined.Transitions between geofoam and conventional backfill defined(+2 weeks) Aug 21, 2017 75% Submittal(+6 weeks) Oct 2, 2017 90% Submittal (+6 weeks) Nov 6, 2017 100% Submittal(+5 weeks) City of Kent South 228th UPRR Grade Separation 4 Revisions to Scope of Services June 14,2017 HR Work Elements Work Element 1. Contract/Task Management The original budget assumed eleven months (December 2016 through October 2016) of contract and task management, including invoicing, progress reports. For HDR, the project was put on hold from mid-December through March 2017. An additional seven months (June 2017 through December 2017)to support the project through the Bidding Period are assumed. Deliverables: Monthly invoices, progress reports. Work Element 2. Coordination with City and Other Consultants Consultant has attended and will attend additional coordination meetings at the City's offices. • Consultant attended 25 meetings at the City's offices from December 2015 through November 4, 2016. This is 16 meetings in addition to the 9 meetings in the original scope of work. • Consultant will attend up to 5 additional meetings during June 2017 through October 2017. Deliverables are revised to the following: • Documents for meetings: by either or both email and hardcopy. • Follow-up documents after meetings: by email. • Deleted from Deliverables: Meeting notes prepared by Consultant. Work Element 3. Structural Design 3.1. Preliminary Design Several alternative wall types have been analysed over the course of the Project. Wall types were selected by the City on the basis of construction costs, schedule, and technical feasibility. Consultant has completed the following additional tasks: 3.1.7. Consultant collected plans and details, specifications, and construction costs from completed geofoam wall projects and provided this information to the City and the City's Geotechnical Engineer. Consultant prepared preliminary construction cost estimates for options using geofoam and a conventional backfilled wall at the east approach. 3.1.8. To meet the original design schedule, Consultant developed preliminary details for a curb-mounted steel picket railing for the Access Ramp(s). Deliverables: Additional deliverables that have been completed: • Two Plans sheets with details for a steel picket railing at the Access Ramp(s) City of Kent South 22e UPRR Grade Separation 5 Revisions to Scope of Services June 14,2017 01 • Plan details, bid tabs, and specifications for 3 other projects. j • Construction cost estimates using geofoam backfill at the East Approach. Deleted deliverables: • A Technical Memorandum for the retaining wall types will not be prepared by Consultant. • Preliminary construction schedule. 3.2. 60% Structural Design Consultant will develop details for the wire-faced structural earth walls, geosynthetic retaining walls, and geofoam walls for the Construction Documents per the Revised Wall Drawing List below. Where applicable, WSDOT Standard Plans for Geosynthetic Retaining Walls will be referenced in lieu of developing Plan details. Consultant will develop Plan details for the retaining walls, including: 3.2.1.Typical wall cross-sections for geofoam, geosynthetic walls, and structural earth walls. 3.2.2.The"moment slab/barrier"for multiple configurations. Notably: the back of the 10'- wide sidewalks at South 228th Street, V-sidewalk on one side and roadway at the other side of the CenturyLink driveway, and 7'-wide sidewalk at 6th Avenue North. 3.2.3.Details for the Load Distribution Slab (at geofoam), including reinforcing, connection to wall facing, if applicable, and coordination with moment slab/barriers. If deemed necessary by Consultant, structural analysis of the load distribution slab as a slab on elastic foundation will be performed to confirm preliminary details developed from previously completed preliminary pavement design. 3.2.4.Chain link fence for bicycle railing and curb along the south edge of the access ramp to the Interurban Trail and Preliminary Details of the rail post connections to the curb/ trail pavement. Consultant will develop an outline of special provisions, including geofoam and components associated with geofoam. Consultant will coordinate with the City as pertains to bid items, their units of measurement, and unit costs for the approach walls. Consultant will assist the City with the City-developed construction schedule by providing construction durations for bridge components and structural elements (load distribution slab, moment slab and barriers, etc.). Deliverables are revised to the following: • Plan sheets for walls at 75% level of completion: PDF (See Revised Walls Drawing List below). Outline of Technical Special Provisions to include geofoam (Microsoft Word). • For the City-developed construction cost estimate for the approaches and walls, Consultant will provide input on units of measurement and unit costs for the Retaining Walls and structural elements for the approaches. • For the City-developed construction schedule, Consultant will provide input on durations for bridge components and structural elements (e.g., load distribution slab, moment slab and barriers). City of Kent South 2280 UPRR Grade Separation 6 Revisions to Scope of Services June 14,2017 FN + In lieu of a formal 60% Bridge Plans submittal, Consultant provided the Plans set submitted for the Value Engineering Study. (Completed in June 2016) 3.3. 90% Structural Design Consultant will advance the design, the Consultant's plans and the technical special provisions (specifications)to a 90% design level. Consultant will provide comments on the 60%Wall Plans developed by the City so that the City can advance those Plans. Consultant will update the Bridge Plans to account for revisions to the approaches and utilities. Anticipated revisions include revised base maps showing updated utilities and underground storm drainage system, revised Construction Sequence sheets to show 2-stage construction with surcharge at approaches, and revised number of conduits and illumination details on the bridge and approach slabs. Consultant will prepare technical special provisions for the bridge, geofoam, load distribution slab, and retaining walls. Geofoam and, if applicable, waterproofing membranes will be based on completed projects completed by others. This work assumes that the City's Geotechnical Engineer will provide input and review of the specifications. Consultant will provide input on units of measurement and unit costs for the bid items for the approach fills and walls. Consultant will assist the City with the City-developed construction schedule by providing construction durations for bridge components and structural elements (load distribution slab, moment slab and barriers, etc.). Deliverables are revised to the following: + Plan sheets for bridge and for walls: PDF (See Revised Walls Drawing List below). • Technical Special Provisions, including geofoam (Microsoft Word). • Units of measurement and unit costs for bid items for the retaining walls and approach backfills (Microsoft Excel). + For the City-developed construction schedule, Consultant will provide input on durations for bridge components and structural elements (e.g., load distribution slab, moment slab and barriers). 3.4. 100% Structural Design Scope and deliverables are the same as in the original Scope of Work, with the following exceptions. These exceptions are described in the General Project Assumptions section above. 3.4.1 Selected Plan sheets for the Walls and Approaches will be prepared by the City. Also see the Revised Walls Drawing List below. 3.4.2 Quantities for construction cost estimates are to be prepared by the City. 3.4.3 Consultant will not prepare construction schedules. City of Kent South 228t'UPRR Grade Separation 7 Revisions to Scope of Services June 14,2017 i Drawing List The following is the estimated Revised Walls Drawing List for the Project. It identifies which sheets are anticipated for each submittal. Remarks 1 Submittals Assumptions Walls—Estimated Revised Sheet List 75% 90% 100% 1 Key Plan and Notes Notes 1, 2 x x x 2 Plan-West Approach 1 Note 1 x x x 3 Plan-West Approach 2 Note 1 x x x 4 Plan-East Approach Note 1 x x x 5 Wall Elevations-SW1, NW1 Note 1 x x x 6 Wall Elevations—NW2,West Abutment Note 1 x x x 7 Wall Elevations—SW2 Note 1 x x x 8 Wall Elevations—SW3 Note 1 x x x 9 Wall Elevations—NE1, East Abutment Note 1 x x x 10 Wall Elevations—SE1 Note 1 x x x 11 Wall Elevations—SE2 Note 1 x x x 12 Construction Sequence-Surcharge Details Note 1 x x x Transition Details Between Geofoam and SEW 13 /Geos nthetic Retaining Walls Note 1 x x x 14 Construction Sequence at 6th Ave North Note 1 x x 15 Typical Sections at West Approach 1 x x x 16 Typical Sections at West Approach 2 x x x 17 Typical Sections at West Approach 3 x x 18 Typical Sections at East Approach 1 x x x 19 Typical Sections at East Approach 2 x x x 20 Typical Sections at"Abutment"Walls x x x 21 Load Distribution Slab Details 1 x x x 22 Load Distribution Slab Details 2 x x 23 Moment Slab/Concrete Barrier Details 1 x x x 24 Moment Slab/Concrete Barrier Details 2 x x x 25 Moment Slab/Concrete Barrier Details 3 x x 26 Moment Slab/Concrete Barrier Details 4 x x 27 Barrier Details x x 28 Luminaire Details x x 29 Pedestrian Railing and Curb Details 1 x x x 30 Pedestrian Railing and Curb Details 2 x x x Revised Walls Drawing List Notes: 1. Electronic CADD sheet(s)to be prepared by the City. 2. Consultant will provide General Notes for this sheet. Work Element 3.5 Develop Two-Phase Contract Documents In April 2016, the City elected to split the Project into two construction contracts. Phase 1 construction included the shafts at Pier 2, to be constructed during the concurrent outage and City of Kent South 228 UPRR Grade Separation 8 Revisions to Scope of Services June 14,2017 Lr 1 ■ 1 temporary removal of overhead power lines during a 3-week period starting in late September 2016. "Phase 2" construction includes the remaining elements of the Project. 3.5.1. Phase 1 Contract Documents (Pier 2 Shafts) Consultant prepared two Plan sheets: a Layout sheet and a Details sheet. Consultant prepared special shaft details to allow for compatibility with Phase 2 construction. Consultant prepared shaft special provisions that were coordinated with the City and the City's Geotechnical Engineer. Consultant prepared a construction estimate for the shaft. Consultant responded to questions during the Bid Period. This task was completed in September 2016. 3.5.2. Phase 2 Plans and Estimate Consultant revised the set of Plans for Phase 2 to incorporate the Phase 1 construction of the shafts. Consultant separated the quantities and construction estimate into the two phases. This task was completed in November 2016. 3.5.3. Phase 2 Specifications Consultant will develop special provisions for the Phase 2 construction that incorporate the Phase 1 shaft construction. Deliverables: • Plans, Specifications, and Estimate for Phase 1 shafts (completed) • Plans, Specifications, and Estimate for Phase 2 bridge construction (completed) • Technical Specification for Phase 2 bridge construction Work Element 3.6. Design for Relocation of Bridge Shafts and Columns at Piers 1 and 3 The City elected to revise the stationing of Pier 1 and the transverse spacing of Pier 1 shafts and columns to avoid an existing City storm sewer originally intended to be abandoned This revision occurred in mid-July 2016, when the bridge design was approximately 70% complete: seismic design was nearly completed and some details for crossbeams had been drafted. The bridge span arrangement was revised from two equal spans of 110 feet to a span arrangement of 106'-110'. The following tasks were completed in September 2016. 3.6.1. Gravity and Seismic Analysis Consultant performed gravity analysis and seismic analysis of the bridge for the revised geometry. Consultant modified and re-ran existing structural analysis models. The seismic analysis is an iterative process that is a function of the plan layout of the columns and shafts, soil parameters provided in the Geotechnical Report. Consultant developed revised load combinations for the design of the columns and crossbeams. 3.6.2. Shafts and Columns Consultant reviewed and modified the design of the shafts and columns based on the re- analysis of the bridge for the revised geometry. Consultant revised the Plans for the shafts and columns. City of Kent South 228th UPRR Grade Separation 9 Revisions to Scope of Services June 14,2017 i I F31 i 3.6.3. Crossbeams at Piers 1 and 3 At Piers 1 and 3, the shafts and columns were relocated such that the spacing was increased significantly, from 36-feet to 48-feet. Consultant designed crossbeams for the wider spacing and revised the Plans for the crossbeams. 3.6.4. Plan Revisions Consultant revised selected sheets, including the General Layout, Foundation Plan, Construction Sequence, and Girder Framing Plan. Deliverables: • Intermediate sets of Bridge Plans, (PDF), delivered electronically. (Completed in August 2016) Work Element 4. Railroad Coordination No revisions to this Work Element. Work Element 5. Value Engineering Study No revisions to this Work Element. Work was completed in June 2016. Work Element 6. Bid Period Support No revisions to this Work Element. Work Element 7. Design for Relocation of Bridge Pier 2 (Verizon) In early September 2016, the City directed the Consultant to revise the stationing of Pier 2 to avoid existing underground utility conduits. This revision to the plan layout reduced the length of Span 1 by 3.0 feet and increased the length of Span 2 by 3.0 feet, revising span lengths to 103.0' and 113.0', respectively. This is a more unbalanced structure that required re-analysis and redesign. The following tasks were completed in November 2016. 7.1. Gravity and Seismic Analysis Consultant performed gravity analysis and seismic analysis of the bridge for the revised geometry. Consultant modified and re-ran existing structural analysis models. Consultant developed revised load combinations for the design of the columns and crossbeams. 7.2. Shafts and Columns Consultant reviewed and modified the design of the shafts and columns based on the re- analysis of the bridge for the revised geometry. Consultant revised the Plans for the shafts and columns. 7.3. Crossbeams at Piers 1 and 3 At Piers 1 and 3, Consultant re-analyzed and revised plan details for the crossbeams. City of Kent South 228 UPRR Grade Separation 10 Revisions to Scope of Services June 14,2017 01 7.4. Girders Consultant re-designed the girders for the revised span lengths. Consultant revised the girder details sheets. 7.5. Deck Slab Consultant re-designed the deck slab longitudinal reinforcing. Consultant prepared one additional Plans sheet due to the different lengths of the two spans and revised one existing Plans sheet. 7.6. Plan Revisions Consultant revised selected sheets, including the General Layout, Foundation Plan, Construction Sequence, and Girder Framing Plan. Deliverables: • 90% Bridge Plans (PDF) and Construction Estimate, delivered electronically (Completed November 2016) Design Calculations for bridge Work Element 8. Services during Pier 2 Shaft Construction During construction of the Pier 2 shafts in September through October 2016, Consultant provided construction assistance at the City's direction. The Services and Deliverables were completed in October 2016. 8.1. Services Consultant inspected the rebar cages, reviewed Contractor Submittals, responded to Contractor Requests For Information (RFIs)and City questions. Deliverables: • Responses to RFIs and Questions • Reviews of Submittals, delivered electronically • Report(s)for Rebar Cage Inspection Work Element 9. Separate Contract Documents for Piers 1 and 3 Shafts The City may elect to construct the shafts at Piers 1 and 3 in a separate construction contract before the rest of the bridge construction. If this course of action is pursued, the design work in this Work Element is included. • It is assumed that no redesign of the bridge will be required. Services during construction are not included. City of Kent South 228' UPRR Grade Separation 11 Revisions to Scope of Services June 14,2017 i H31 • Work on this element by the Consultant will commence only upon written direction from the City. { i 9.1. Shafts at Piers 1 and 3 Consultant will prepare two Plan sheets for the shafts: a Layout sheet and a Details sheet. The construction cost estimate for shaft elements that is included in the bridge construction cost estimate for the shafts will be the basis for the Engineer's Estimate. It is assumed that the bid items and technical special provisions for the Pier 2 shaft construction contract will be modified as necessary and re-used. It is assumed that only minor modifications that incorporate experience from the Pier 2 shaft construction are needed. Consultant will also review the WSDOT General Special Provisions and Amendments for applicable revisions. 9.2. Bridge Plans and Estimate Consultant will revise the bridge Plans to incorporate the constructed shafts as an "existing condition." Deliverables: • Plans, Specifications, and Estimate for construction of shafts at Piers 1 and 3. • Plans, Specifications, and Estimate for the remaining components of the bridge I i City of Kent South 228 th UPRR Grade Separation 12 Revisions to Scope of Services June 14,2017 E ei N C 4e w m 14 G1 to O c 000� toLLn ttoo N M a w M M O H y► ice/► H 0 to c N d l0 Q, m W0 to an t/� sr� try to to trE L O n cOo m Ti O n M 000 LSD LNl1 tMD O M Ln IT 00 e1 O O N W Lri st r-L Ln t-+ rn 4 rl I^ vv vv m 16 In _ C N fLL m E aC) o am. � C N d c C C c40 CL A N M y Q 'h0 mv LA �C '� W C 4.8 ; O A .G N W C 00j C1O1 d 7 N A 0 0. p C7 l E O L b. c .a o U d .. as ar Nto Lco tD o off a c d x 4-0 m W x c it (7 3 c C .c OC '� 0 o to Leo = u c c N E IL C m �, C 0) o o .° O d c Lo LAG M d Lu Yi w a t CL H •y a o o to a 40 c Go •� F� O 0 cc � �� O ? r V U (A p Y+ c Um a ;; a0i C Y f i y oc0 OCO u C m 0 C vp o °o i •� '� •L 0. a Y au�o Y U U VI G C kn to W LL ti W N e-i N M M Ll M N 00 C1 V � m x `a 3 3 3 V 0 0 o M �g T 1 fn T 3 ;a @ CL m z q. EL 14, Q q I V C) > E z 41 m M 2L 0 6 2R CL > "n N, 'M a Len),Joyce M xi U, An drawf,Frnckar6.L 40 0 0 Hogan,Donn VV RP Pat"Ci" 7" '7 ahagel - 14 BoV,1601,Dank B 0 0 Kefler,Larry D P L 0 M Sanders,Cody Lee & Young,Gudw E kj Total Labor Hours Total Labor Onliars-Billable I n � ry r ryN qqpp a} ry pry p� p� p �. q rn�pp KI lagdu���gy1 Ap h �. N � M w�W :MO aayy M © 9'M1 TI�•A eA M7 4T m. OY M �, tl V' © fT kp ugh Y5 tt : Y'v ufl � rd'+D M w Y•�. algelllB-ssnpop iogej#eldl N i sand is e o I c w c$ utvpn9 tonoR d cr c+ cr cr m es cn 301 Apoo socue5 rs o za00 S � nx ry m l o� f �cwlfuua raamhunk + �i r c+ S eNa'1'u16040 -;u r n w gi a ,n u M uuoCl ua�6aH { w _.... �....__ _..._..... it M TS t�lY U7 ra ai.1 s a,a �, r �ro p sn I v a V _ a Vi'JJAOr,ujR 6 �„� c W. C n w CI K W _ N 4a C' Inn k F a a Az C �� 'R t} Tel u✓ C 40 FS m �q SS e? d 1 e 0 ie a es s� a a iS t O o 0 O o O o O CD o O o o O O h 0 0 O G O O O 0 0 0 h O O C Y G O Y LA u1 00 0 O 0D O O Y p p Y w m uL N m � N � `iIn. -La al t4 in m v. w m m ` h N 0 h a h 00 h p QO f� Ot tD W N N N H $ O N Oa O o O N O N O O N 00 e-1 N N O iD 0 o o p O o 0 0 qr o g o 0 0 - p o ^ pp o ui tj o of o 0 o pp 7 O h Ln � N O ~ � Vnf �� N � HN ' Q N Y .0 ri O1 O a+ O t0 y 01 O r1 O O N C ~ CaJ l N M Vt. a a� to d QQ W w d 00 O 0 O O O N O N O O N 00 C _ C �= O LnO to Ln m o v 0 0 0 Ln0 •`� 00 d N « ul m O O O O O Q C O O Q 0 Q i n Ln F' m o 0 0000 vi c o to ~ o o ~ O ~ Y poi► vo► aU k4 4A an vo +n+n yr vr4 +Nn 4 v► v 46 An .0 O a o u a LU L W H W y. W C j t0 LnO I _3 O VI p Vf E H dnW a of 61 W W R AdD W V1 O W i u , i 0 LL W N o u w d 2 E y u~i ri a a E g —«� a c7 ul p d I W "' w D7 m Inu o �+ aNi m °}}0 OC a c u C 1.7 W x ` O C 3 cx n � a W W ` Oul 0. V7 CO UI 0,D ` .�'• �-' u C N ` O O 0 3 0 dr Q E N o o P s' d 1OmvDn o a`� w t o d y m p H E m VF x E y G7 " " m h n m Iu0 u x b4 u O N V LLi y v N nx x .l- 43 o ai cg W V1 d 'd M to X X YI to < > C DD DO U N U y O m N a W C to Z ~ �i d a a a n a _o o `m W p O w N N N d d N Q N d y d d a _d 4 N u y i+ Q) y ~ d p 0 a�i O O O a c O z 0 0 � N p W u O t9 W sa huuusagmWuuo u u, M o� m 0 3 3 a Page 1 of 1 A ® DATE(MMIDDNYYY) Ali o CERTIFICATE OF LIABILITY INSURANCE 06/01/2017 sHiS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 'ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or 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). PRODUCERCT A NAME: Willie of Minnesota, Inc. PHOkE FAX 1-877-945-7378 IC N 1-886-467-2378 IAICc/o 26 Century Blvd EMAIL P.O. Box 305191 ADORE : certificates®willis.com Nashville, TN 372305191 USA INSURERS AFFORDING COVERAGE NAICII INSURER A: Liberty Mutual Insurance Company 23043 INSURED INSURER B: HDR Zngineering, Inc. 8404 Iadian Hills Drive INSURERC: Omaha, NS 68114 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:W2535406 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. ILTR TYPE OF INSURANCE FAO L RWVDr POLICY NUMBER MMlD�Y EFF I fVOMILDICY EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 DAMA lu CLAIMS-MADE _n OCCUR i PREMISES Ea OCIXt Bnce S 1,000,000 A Contractual Liability MED EXP(Anyone person) $ 10,000 Y Y i TB2-641-444950-037 06/01/2017106/01/2018 PERSONALBADVINJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERALAGGREGATE S 4,000,000 POLICY JEST LX I LOC I PRODUCTS-COMPIOPAGG S 4,000,000 OTHER: I S ' C a AUTOMOBILE LIABILITY accident) 81NED SINGLE LIMIT S 2,000,000 �— c;i _ i x ANY AUTO BODILY INJURY(Per person) S A --1 OWNED —�SCHEDULED Y i Y AS2-641-444950-047 i06/01/2017.06/01/2018 BODILY INJURY(Per accident) S r-�AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY I Per accident S A X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 4,000,000 EXCESS LIAB CLAIMS-MADE N N TH7-641-444950-067 06/01/2017 06/01/2018 AGGREGATE $ 4,000,000 DIED I I RETENTIONS $ WORKERS COMPENSATION I X STATUTE ER'* AND EMPLOYERS'LIABILITY YIN A ANYPROPRIETORIPARTNERIEXECUTIVE I E.L.EACH ACCIDENT $ 1,000,000 OFFICERlMEMBEREXCLUDED7 No NIA! Y WA7-64D-444950-017 06/01/2017106/01/2018 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 11000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S i � I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attachod If more space is roquirod) Employers Liability for the Monopolistic States of ND, OH, WA, & WY is provided in the Worker's Compensation policy. CITY OF RENT SOUTH 228TH UPRR GRADE SEPARATION, HDR CONTRACT # CON0104334, PROJECT # 272159. THE CITY OF RENT IS NAMED AS ADDITIONAL INSURED ON GENERAL AND AUTO LIABILITY AS PER WRITTEN CONTRACT, ON A PRIMARY, NON-CONTRIBUTORY BASIS. WAIVER OF SUBROGATION APPLIES WHERE ALLOWABLE BY LAW. 30 DAYS NOTICE OF CANCELLATION APPLIES, 10 DAYS NOTICE FOR NON-PAYMENT OF PREMIUM. SEVERABILITY OF INTERESTS APPLIES. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ;Y OF RENT AUTHORIZED REPRESENTATIVE ATTN: MARK MADFAI 220 FOURTH AVENUE SOUTH A RENT, WA 98032 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD SR ID: 14666721 BATCH: 337789 Will isTowers Watson 1n1°1°1.1 Global Certificate Center Effective June 1,2017 HDR will have two separate insurance brokers. Lockton will remain HDR's insurance broker for professional liability only. Willis Towers Watson will be HDR's new broker for: 1. General Liability 2. Automobile Liability 3. Workers Compensation 4. Property/Equipment If professional liability is required by the contract documents provided in the insurance request,we will forward the information to Lockton for processing. Please direct all questions regarding certificates of insurance to HDR's insurance manager, Matthew Peterson by email at MPeterson@HDRlnc.com or by phone at(402)399-1499. Regards, Willis Towers Watson Certificate Center Phone:877-945-7378 Fax:888-467-2378 Email:certificates@willis.com ACORl7' CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDNYYY) �./ 6/1/2018 5/30/2017 _'-'IS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS :TIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES -LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or 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 ondorsement(s). ONTACT PRODUCER Lockton Companies NAME: 444 W.47th Street,Suite 900 Arc No EXt: arc No): Kansas City MO 64112 1906 E-AIL (816)960-9000 INSURER(S)AFFORDING COVERAGE NAIC INSURER A: Lexington Insurance Company 19437 INSURED HDR ENGINEERING,INC. INSURER B: 1429590 8404 INDIAN HILLS DRIVE OMAHA NE 68114-4049 INSURER C INSURER INSURERINSURER E; COVERAGES HDRIN01 CERTIFICATE NUMBER: 14730903 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY LIMITS EXP LTR INSD IWO POLICY NUMBER IMMIDD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE XXXXXXX CLAIMS-MADE❑OCCUR NOT APPLICABLE DAMAGE TO RENTED PREMISES Ea occurrence XXXXXXX MED EXP(Any oneperson) XXXXXXX PERSONAL 8 ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX POLICY JECT LOC PRODUCTS-COMPIOP AGG $ XXXXXXX OTHER: $ ")TOMOBILE LIABILITY COMBINED SINGLE LIMIT NOT APPLICABLE Ea ccldent $ XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED AUTOS ONLY SCHEDULED BODILY INJURY(Per accident $ XXXXXXX AUTOS ONLY AUTOS ONL� Pe a en DAMAGE $ xxxxXXX $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ XXXXXXX EXCESS LIAB CLAIMS-MADE NOT APPLICABLE AGGREGATE $ XXXXXXX DED I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN NOT APPLICABLE STATUTE ER OFF,CEOPRIET R PARTNERIF-ECUTIVE El NIA E.L.EACH ACCIDENT $ XXXXXXX (Myaansdatory In NH) E.L.DISEASE•EA EMPLOYEE XXXXXXX DESCRIPTION OOF OPERATIONS babes E.L.DISEASE•POLICY LIMIT XXXXXXX A ARCH 8c ENG N N 061853691 6/1/2017 6/1/2018 PER CLAIM: $5,000,000 PROFESSIONAL AGGREGATE: $5,000,000 LIABILITY DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CITY OF KENT SOUTH 228TH UPRR GRADE SEPARATION,HDR CONTRACT#CON0104334,PROJECT#272159.30 DAYS NOTICE OF CANCELLATION APPLIES, 10 DAYS NOTICE FOR NON-PAYMENT OF PREMIUM. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 14730903 AUTHORIZED REPRESENTATIVE CITY OF KENT ATTN:MARK MADFAI 220 FOURTH AVENUE SOUTH KENT WA 98032 ACORD 25(2016103) ©1 8-2015 ACORD CORPORATION.All rights reserved The ACORD name and logo are registered marks of ACORD Page 1 of 1 ® DATE(MMIDDIYYYY) A�/eD CERTIFICATE OF LIABILITY INSURANCE 06/01/2017 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 have ADDITIONAL INSURED provisions or 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). CONTACT PRODUCER NAME: Willis of Minnesota, Inc. PHONE 1-877-945-7378 A/C Ne;1-888-967-2378 c/o 26 Century Blvd E-MAIL -- P.O. Box 305191 ADDRESS: certi£icatesWwillis.com Nashville, TN 372305191 USA INSURERS AFFORDING COVERAGE NAIII INSURERA: Liberty Mutual Insurance Company 23043 INSURED INSURER B: HDR Engineering, Inc. 8404 Indian Hills Drive INSURERC: Omaha, NB 68114 INSURER D: INSURER E: ENSURER F: COVERAGES CERTIFICATE NUMBER:W2535406 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 .ADDLISU8 POLICY EFF I POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIWYY I MMIDDMlYY X COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE S 2,000,000 DAMAGE TO ENTED CLAIMS-MADE t^ 1 OCCUR I l PREMISES(Ea occurrence) $ 11000,000 A �Contractual Liability MED EXP(Any one person) S 10,000 Y Y j TB2-641-444950-037 06/01/2017 j�06/01/2018 PERSONAL&ADV INJURY S 2,000,000 GENT AGGREGATE X E LIMIT APPLIES PER: I GENERAL AGGREGATE $_ 4,000,000 PRO- I PRODUCTS.COMP/OPAGG $ _ 4,000,000 POLICY[X JECT LOC $ ! .OTHER. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 2,000,000 Ea aoddant X 1 ANY AUTO BODILY INJURY(Per person) S A I OWNED SCHEDULED ! Y Y AS2-641-444950-047 06/01/2017 06/01/2018 BODILY INJURY(Per accident) S _ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident i I S A X UMBRELLA LIAR X OCCUR ! j EACH OCCURRENCE S 4,000,000 EXCESS LIAB CLAIMS-MAOE! !N i N TH7-641-444950-067 06/01/2017 06/01/20181 AGGREGATE 4,000,000 I_ $ I DIED !RETENTION S I S WORKERS COMPENSATION X STA O TUTE ERH AND EMPLOYERS'LIABILITY A ANYPROPRIETORIPARTNERIEXECUTIVE YIN I I I E.L.EACH ACCIDENT $ 11000,000 OFFICERIMEMBEREXCLUDED? No .NIA', Y WA7-64D-444950-017 I06/01/2017106/01/2018; 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under j 11000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S I I I i i I DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) Employers Liability for the Monopolistic States of ND, OH, WA, & WY is provided in the Workers Compensation policy. CITY OF RENT SOUTH 228TH UPRR GRADE SEPARATION, HEIR CONTRACT # CON0104334, PROJECT # 272159. THE CITY OF RENT IS NAMED AS ADDITIONAL INSURED ON GENERAL AND AUTO LIABILITY AS PER WRITTEN CONTRACT, ON A PRIMARY, NON-CONTRIBUTORY BASIS. WAIVER OF SUBROGATION APPLIES WHERE ALLOWABLE BY LAW. 30 DAYS NOTICE OF CANCELLATION APPLIES, 10 DAYS NOTICE FOR NON-PAYMENT OF PREMIUM. SEVERABILITY OF INTERESTS APPLIES. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF KENT AUTHORIZED REPRESENTATIVE ATTN: MARK MADFAI 220 FOURTH AVENUE SOUTH I1�� RENT, WA-98032 r/ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 14666721 BATCH: 337789 DATE(MMIDDIYYYY) ACC 1:>® CERTIFICATE OF LIABILITY INSURANCE 6/1/2018 5/30/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or 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 Lockton Companies NAME:CONTACT 444 W.47th Street,Suite 900 PHONE ' FAX N Kansas City MO 641 12-1906 E-MAIL (816)960-9000 ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURER A:Lexington Insurance Company 19437 INSURED HDR ENGINEERING,INC. INSURER B: 1429590 8404 INDIAN HILLS DRIVE INSURER C: OMAHA NE 68114-4049 INSURER D: INSURER E INSURER F COVERAGES HDRIN01 CERTIFICATE NUMBER: 14730903 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUABER MMfDDIYYYY Y EFF MM1DOmYY LIMITS LTA COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE s XXXXXXX CLAIMS-MADE F7 OCCUR PREMISES Ea occurrence S XXXXXXX I MED EXP(Any one person) S XXXXXXX PERSONAL&ADV INJURY S XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S XXXXXXX jE�T LOC PRODUCTS-COMPIOP AGG $ XXXXXXX POLICY 0 OTHER: I $ AUTOMOBILE LIABILITY NOT APPLICABLE CE0 eM1.dED4 SINGLE LIMIT S XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY(Per accident) $ XXXXXXX AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ XXXXXXX SXXXXXXX UMBRELLA LIAR OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX EXCESS LIAB CLAIMS-MADE AGGREGATE $ XXXXXXX DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION NOTAPPLICABLE I STATUTE ERH AND EMPLOYERS'LIABILITY ANY PROPRIETOWPARTNERIEXECUTIVE YIN NIA E.L.EACH ACCIDENT $ XXXXXXX OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ XXXXXXX If yes,describe under DESCRIPTION OF OPERATIONS bole w E.L.DISEASE-POLICY LIMIT $ XXXXXXX A ARCH&ENG N N 061853691 6/1/2017 6/1/2018 PER CLAIM: $5,000,000 PROFESSIONAL AGGREGATE: $5,000,000 LIABILITY 1 1 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more apace is required) CITY OP KENT SOUTH 228TH UPRR GRADE SEPARATION,HDR CONTRACT#CON0104334,PROJECT#272159.30 DAYS NOTICE OF CANCELLATION APPLIES,10 DAYS NOTICE FOR NON-PAYMENT OF PREMIUM. CERTIFICATE HOLDER CANCELLATION 14730903 CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:MARK MADFAI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 FOURTH AVENUE SOUTH ACCORDANCE WITH THE POLICY PROVISIONS. KENT WA 98032 AUTHORIZED REPRESENTATIV 0 1988 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: TB2-641-444950-037 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only work, on the project (other than service, with respect to liability for"bodily injury", "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused, in whole or in part, by: location of the covered operations has been 1. Your acts or omissions; or completed; or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the behalf; injury or damage arises has been put to its intended use by any person or organization in the performance of your ongoing operations for other than another contractor or subcontractor the additional insured(s) at the location(s) engaged in performing operations for a designated above. principal as a part of the same project. However: C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law; and If coverage provided to the additional insured is 2. If coverage provided to the additional insured is required by a contract or agreement, the most we required by a contract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured amount of insurance: will not be broader than that which you are 1. Required by the contract or agreement; or required by the contract or agreement to 2. Available under the applicable Limits of provide for such additional insured. Insurance shown in the Declarations; B. With respect to the insurance afforded to these additional insureds, the following additional whichever is less. exclusions apply: This endorsement shall not increase the This insurance does not apply to "bodily injury" or applicable Limits of Insurance shown in the "property damage" occurring after: Declarations. CG 2010 0413 ©ISO Properties, Inc., 2012 Page 1 of 2 ❑ SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization with whom you have agreed, through written contract,agreement or permit to provide additional insured coverage. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 0413 0 Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: TB2-641-444950-037 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 to whom or to which Any location where you have agreed,through you are required to provide additional insured written,contract, agreement or permit,to provide status in a written contract,agreement or permit additional insured coverage for completed except where such contract or agreement is operations. prohibited. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II —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 organization(s) shown in the Schedule, but only Section III—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 in 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 1. Required by the contract or agreement; or included in the products-completed operations 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 Policy Number TB2-641-444950-037 Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT—SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Person or Organization: Where required by written contract. If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV- Conditions will not apply. If the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV - Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same"occurrence", claim or"suit". LC 24 20 0213 ©2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: TB2-641-444950-037 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract or agreement information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 Policy Number TB2-641-444950-037 Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s)1 Email Address or mailing address: Number Days Notice: Organ izatio n s : Per Schedule on File with Broker 30 Days A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy, All other terms and conditions of this policy remain unchanged. LIM 99 01 0611 ©2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: AS2-641-444950-047 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s)Or Organization(s): As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies ag an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number:AS2-641-444950-047 Issued by:Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED, NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s) or Organizations(s): Any person or organization where the Named Insured has agreed by written contract to include such person or organization Regarding Designated Contract or Project: Any Each person or organization shown in the Schedule of this endorsement 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 11 of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 ©2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: AS2-641-444950-047 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s)Of Person(s)Or Organization(s): Any person or organization for whom you perform work under a written contract of the contract requires you to obtain this agreement from us but only if the contract is executed prior to the injury or damage occurring. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the "loss" under a contract with that person or organization. CA 04 44 1013 0 Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number AS2-641-444950-047 Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s)1 Email Address or mailing address: Number Days Notice: Organization s : Per Schedule on File with Broker 30 Days A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 0511 ©2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: TB2-641-444950-037 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract or agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 20 74 (Ed. 12-16) NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below by email as soon as practical after notifying the first Named Insured. B. This advance email notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. SCHEDULE Name of Other Person(s)/Organization(s); Per Schedule on file with Company 30 Days All otherterms and conditions of this policy remain unchanged. Issued by For attachment to Policy No. WA7-64D-444950-017 Effective Date 6/01/2017 Premium$ Issued to V WillisTowers Watson IsITIal Global Certificate Center Effective June 1,2017 HDR will have two separate insurance brokers. Lockton will remain HDR's insurance broker for professional liability only. Willis Towers Watson will be HDR's new broker for: 1. General Liability 2. Automobile Liability 3. Workers Compensation 4. Property/Equipment If professional liability is required by the contract documents provided in the insurance request,we will forward the information to Lockton for processing. Please direct all questions regarding certificates of insurance to HDR's insurance manager,Matthew Peterson by email at MPeterson@HDRlnc.com or by phone at(402)399-1499. Regards, Willis Towers Watson Certificate Center Phone: 877-945-7378 Fax: 888-467-2378 Email:certificates@willis.com �R�ST FQ� MAYOR S SlGNAT4RE 4 r �faY +«�ISRYA Hum ew 's "�p� M1lark MadFa eye (aravnatl552 '� � �"° anry„yosh�eaM¢ II e 13/}i/18 �RRE�s �.a��9 � ' sa��� 7ira✓iro o�u,8�r✓a� �"� �„ rm la "� s n aaow�°w men. R9�tl6J :: ��Hm�.t�a aue a�a tt Utz q w u .I R P h Na � 22 {A � Sip adtl won p�J«[ 1.,, eilyn IIIIIIIII'� uiu IIIIIIIII�II°IIIIII� IIIIIIIII ���III MT�PW/� �� V �vAI fFawr�n� �:k���F C'✓�� 41y Kpl dFT�6F�/g� P M1.I ��r� %�'AICW IaS 2A 'I sM '"4�d+a ip� ��o�•t•aa�MmM p 5rm �, �, III IIIII��� �� IIIIIIIIII�::' .. �ppppllllllllllllu IIII !�I 11 ii • KENT Agenda Item: Consent Calendar - 7G W.S 1.I C.TOn TO: City Council DATE: August 1, 2017 SUBJECT: Amendment to Consultant Services Agreement with HDR for South 2281h Street UPRR Grade Separation Project - Authorize MOTION: Authorize the Mayor to sign an Amendment to the Consultant Services Agreement with HDR for Structural Engineering services for the South 228t" Street UPRR Grade Separation Project in an amount not to exceed $185,369.94, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: HDR was selected and retained to provide Structural Engineering Services for this project. The original scope and budget assumed that the embankment and bridge type would be similar to the BNSF Grade Separation (completed in 2009). As the design advanced, issues were identified that required additional analysis and development of alternatives. Some of these items included: • Additional design of the wall and embankment to include a pedestrian/bike ramp on the south side to connect with the Interurban Trail. • Preparing contract documents for installation of Center Pier Bridge Shafts as a separate project (completed in 2016). • Revising the alignment of the bridge shafts to avoid utility conflicts. • Developing alternatives for the use of Geofoam embankment to reduce settlement impacts to utilities. • Developing alternatives for various wall types to work with soil and or geofoam backfill and reduce project costs. HDR has been responsive and flexible during the evolution of the project in helping the City make decisions necessary to keep the project moving forward. HDR used their existing budget to complete these tasks and are now requesting this amendment to continue their design to completion. EXHIBITS: Contract Amendment RECOMMENDED BY: Public Works Committee YEA: Ralph, Fincher, Higgins NAY: BUDGET IMPACTS: State "Connecting Washington" Grant Funds are being used for this contract. Additionally, Verizon/MCI has reimbursed the City $85,098.40 to avoid relocation of its facilities through redesign of the center pier shafts. The cost for HDR to redesign the shafts was $44,150.25. This portion of the Verizon/MCI reimbursement will be applied to the requested change in scope. A&, K E T'7� w. 7.. Kecords managemenx Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Off ice. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. El Blue/Motion Sheet Attached E] Pink Sheet Attached Vendor Name: HDR, Inc. ....................... Vendor Number (JDE): Contract Number (City Clerk),: Category: Contract Aqreement ............ Sub-Category (if applicable); A�rneRd­m..e­nt­­ Project Name: 228 th Street UPRR Grade Separation .............. ............................. ....................­­.......................­­.................... Contract Execution Date: 3/14/18 Termination Date: 12/31/18 Contract Manager: Mark Madfai Department: PW: Engineering .................................................. Contract Amount: $13,447.57 ...............- Approval Authority: M Director El Mayor F-1 City Council Other Details: HDR is to provide additional........desicin services for theect .. ...................................................... ................... ................................. ........ • KEN T W.S.-TO. AMENDMENT NO. 3 NAME OF CONSULTANT OR VENDOR: HDR Engineering, Inc. CONTRACT NAME & PROJECT NUMBER: 2281" Street UPRR Grade Separation ORIGINAL AGREEMENT DATE: January 11, 2016 This Amendment is made between the City and the above-referenced Consultant or Vendor and amends the original Agreement and all prior Amendments. All other provisions of the original Agreement or prior Amendments not inconsistent with this Amendment shall remain in full force and effect. For valuable consideration and by mutual consent of the parties, Consultant or Vendor's work is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, the Consultant or Vendor shall: Provide additional design services for the project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are modified as follows: Original Contract Sum, $605,264.91 including applicable WSST Net Change by Previous Amendments $185,369.94 including applicable WSST Current Contract Amount $790,634.85 including all previous amendments Current Amendment Sum $13,447.57 Applicable WSST Tax on this $0 Amendment Revised Contract Sum $804,082.42 AMENDMENT - 1 OF 2 Original Time for Completion 12/31/16 (insert date) Revised Time for Completion under 12/31/18 prior Amendments (insert date) Add'I Days Required (t) for this o calendar days Amendment Revised Time for Completion 12/31/18 (insert date) The Consultant or Vendor accepts all requirements of this Amendment by signing below, by its signature waives any protest or claim it may have regarding this Amendment, and acknowledges and accepts that this Amendment constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Amendment, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Amendment, unless otherwise provided, does not relieve the Consultant or Vendor from strict compliance with the guarantee and warranty provisions of the original Agreement. All acts consistent with the authority of the Agreement, previous Amendments (if any), and this Amendment, prior to the effective date of this Amendment, are hereby ratified and affirmed, and the terms of the Agreement, previous Amendments (if any), and this Amendment shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this Amendment, which is binding on the parties of this contract. IN WITNESS, the parties below have executed this Amendment, which will become effective on the last date written below. CONSULTANT/VENDOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy 1. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department AMENDMENT - 2 OF 2 EXHIBIT City of Kent, Washington South to Street/UPRR GradeSeparation Structural Engineering Services Supplement - Scope of Services February 23, 2018 929 108th Avenue NE Sainte 1300 Bellevue, WA 98004-5549 (425) 450-6200 Table of Contents Background....................................................................................................................1 Revisions to the Scope of Services .............................................................................1 General Project Assumptions...............................................................................1 Items and Services to be Furnished by the City, the City's Geotechnical Engineer, and other Consultants..........................................................................2 Applicable Standards and Requirements.............................................................3 Schedule..............................................................................................................3 WorkElements..............................................................................................................3 Work Element 1. Contract/Task Management.....................................................3 Work Element 2. Coordination with City and Other Consultants..........................4 Work Element 3. Structural Design.....................................................................4 3.4. 100% Structural Design..............................................................................4 Work Element 6. Bid Period Support....................................................................6 City of Kent South 2281 UPRR Grade Separation i Revisions to Scope of Services Feb 23,2018 1-31 EXHIBIT A REVISIONS TO SCOPE OF SERVICES Background The City has requested that additional design work by HDR Engineering, Inc., (Consultant) be performed to complete the Bid Documents for the South 228th Street 1 UPRR Grade Separation Project (Project). - esata upp r'uul-ba eisk-#ae week-iq- ir. Anticipated bid Advertisement date is March 20, 2018. Revisions to the Scope of Services General Project Assumptions The following assumptions apply to the Project design work. These assumptions are repeated from the previous Amendment, except that"strike-through" is used where the assumption is no longer applicable and revisions to the text are shown in italics. 1. The wall type at the East Approach to the bridge is a wire-faced structural earth wall. This is a proprietary wall system by manufacturers whose wall systems have been pre-approved by WSDOT. 2. Wall types at the West Approach to the bridge are as follows: • Walls SW1, NW2, WA (below the bridge approach slab), and SW2 are wire-faced structural earth walls. The proprietary wall systems are the same as in Item 2 above. Wall SW2 will receive shotcrete facing. • Walls NW1 and SW3: are a combination of WSDOT Standard geosynthetic retaining walls and geofoam fill, both with shotcrete facing. Geofoam fill will support the pedestrian 1 bicycle ramp at the south side of South 2281h Street. Geofoam fill will also be placed as backfill above the existing 72" Metro sewer where it crosses South 228th Street. Extents of the geofoam fill, including transitions, will be determined by the Geotechnical Engineer and/or the City. 3. Shotcrete facing for standard geosynthetic walls will be per the WSDOT Standard Plans and Standard Specifications, adapted for the moment slab and concrete barrier at the top of the wall. Details for reinforcing and anchoring shotcrete facing to the geofoam backfill will be developed and submitted by the Contractor during construction. 4. -1=GF $tGFete faGiR t 4�-the'.arir�r� faG tFUGtural 9 fth-wa4t& -r 4pfefeing-6teel-apd/8F-wir-9 n4es"et.n.1 fnr th- ohatnrcte fn vcor ascTcrl74R" in the esign-and-details-dev e the submittalprOGess duFin seRst{'Gt+eR-(5hotcrete w1I1 not be constructed at structural earth walls.) 5. Shotcrete finish will be determined by the City. Architectural or sculptured finishes are - excluded from Consultant's scope of work. City of Kent South 228"'UPRR Grade Separation 1 Revisions to Scope of Services Feb 23, 2018 FN 6. A concrete load distribution slab above the geofoam will be required at the roadway section. 7. Base conditions and depth of embedment for the approach walls will be determined in conjunction with the Geotechnical Engineer and the City. 8, Evaluation of effects on the underground facilities, including the storm drain line and existing METRO sewer pipe, is excluded from Consultant's scope of work. 9. AfaitinVGr-cedes#rues-and bisysle6-is4equired-aIG"e-sou#1a-sid #e-the-1#aru i -be-desigr4ed4or-pedes#fiaes a vehicle#aft-imp st-Bads-G ultaet wtitl-€urther level hAq and-curl}-system—The raitieg above the cUFb-W l-coesisf Of chain link fenGe with tep a+�d bot#om-Pipe4aiis-Total height of the curb and railing will be 54 inches. Based on City's direction, a concrete barrier and metal bridge railing are detailed along the Access Ramp. 10. The City will develop selected electronic Contract Plan sheets for the Retaining Walls. Consultant will provide engineering oversight and direction on content for these sheets. Consultant will provide engineering oversight and direction on content for these sheets. Consultant work effort for these sheets will be limited to 168 hours (consisting of 116 hours for the Project Manager or Senior Engineer and 52 hours for the Design Engineer). These sheets include: • Key Plan an Notes sheet • Plan and Elevation sheets • Alall-So nstfuctien-Seguence-sheets,iRclud+R"UFshaFge-ieadin"nd-geGfeam eoRstFttctieR- (During the design process, these sheets were deemed unnecessary; construction sequence was incorporated on the bridge plans and in the special provisions.). • Typical sections through the approach (backfill) materials, including transitions between geosynthetic retaining walls and geofoam, 11. Construction cost estimates for the approaches and the walls will be a joint effort by the City, the City's Geotechnical Engineer and Consultant. The bid items and units to be used in the Contract Documents will be determined jointly. The City will develop quantities for the bid items for the approaches and retaining walls. Consultant will assist by reviewing construction cost information and providing input on unit costs, and coordinating and incorporating bid items in the Specifications Items and Services to be Furnished by the City, the City's Geotechnical Engineer, and other Consultants The following items are repeated from the previous Amendment, except that revisions, or clarification, are indicated by strikethrough text and text in italics. 1. Extents of the geofoam fill, including transitions to conventional backfill will be determined by the Geotechnical Engineer and/or the City. This includes the stepped geofoam details. 2. The design parameters for structural earth wall backfill, which will be incorporated into the Specifications for the Project, will be provided by the Geotechnical Engineer. 3. Stone column design and details, including interface details between the stone columns and wall backfill above the stone columns will be by the Geotechnical Engineer and/or the City. City of Kent South 228' UPRR Grade Separation 2 Revisions to Scope of Services Feb 23,2018 KR 4. The backfill for the approach walls will be surcharged to achieve settlement of the underlying soils. Surcharge plan extents, height and weight, and duration will be determined by the Geotechnical Engineer. 5. Roadway pavement sections will be detailed and determined by the City and for the Geotechnical Engineer. This includes sections for temporary construction. 6. Typical Section (pavement or concrete) at the Access Ramp (Interurban Trail ramp along the south face of Wall SW2) will be determined by the City and coordinated with the Consultant's eta concrete barrier design for the Access Ramp railing. 7. The City will develop selected electronic(CADD) Plan sheets for the Retaining Walls as described in the Assumptions section above and the list of Sheets below. The City will perform checking of the horizontal and vertical geometry provided in the Plan and Profile sheets for the walls. 8. As discussed in the General Project Assumptions section above, the City will generate the quantities for the Retaining Walls, including all materials and bid items for fill, geofoam, wall facings, barriers, railings, etc. The City will compile the Construction Cost Estimate for the Project. 9. Project construction sequence and schedule will be developed by the City. The City's Geotechnical Engineer will provide input and review of the technical special provisions for geofoam construction. Applicable Standards and Requirements Geofoam wall design will be based on industry standards for expanded polystyrene (EPS) as approach fills. (No revisions to this section.) Schedule The proposed schedule below is based on the assumption that the City advertises the Project for bid on March 20, 2018. HDR will exert good faith effort to meet the schedule, but the schedule depends on successful coordination and resolution of technical issues by the City, the Geotechnical Consultant, and HDR. Consultant will coordinate with the City and GeoEngineers on the design elements in this scope of work. Date Deliverable March 7, 2018 Final submittal (depends on coordination with the City) March 20, 2018 Project Advertisement for Bids Work Elements Work Element 1. Contract/Task Management The original budget assumed eleven months (December 2016 through October 2016) of contract and task management, including invoicing, progress reports. For HDR, the project was put on hold from mid-December through March 2017. An additional seven months (June 2017 City of Kent South 228"'UPRR Grade Separation 3 Revisions to Scope of Services Feb 23,2018 1-31 through December 2017) to support the project through the Bidding Period was assumed in the previous Amendment. The schedule is extended 3 months to include invoicing through March 2018. Deliverables: Monthly invoices, progress reports. Work Element 2. Coordination with City and Other Consultants Coordination with the City and the City's Geotechnical Engineer will be by phone and email. Deliverables: • Emails, PDFs. No formal documents or submittals will be prepared. Work Element 3. Structural Design No revisions to Work Elements 3.1, 3.2, or 3.3. The following items were added to Work Element 3.4 of the Consultant's Scope of Work. 3.4. 100% Structural Design 3A.A. The Consultant had prepared and submitted Special Provisions using the WSDOT 2016 Standard Specifications for Road, Bridge and Municipal Construction as the base specification. The Consultant will update the Special Provisions to be compatible with the 2018 edition of the WSDOT Standard Specifications. Assumptions: Review is limited to a comparison of the Special Provisions document submitted by the Consultant in December 2017 to the City. City will furnish the Special Provisions prepared by the City in Microsoft Word format. Deliverables: Updated Special Provisions in Microsoft Word format. 3A.B. A Fire Protection Standpipe System (FPSS) along Wall NW2 was added to the Project. The City determined that the FPSS will be designed and constructed by the Contractor. The Consultant shall coordinate with the City to show the FPSS in the Contract Documents, The Consultant shall assist the City with the Specifications and Plans for the FPSS by reviewing the City-prepared draft Specifications and Civil Plans. Assumptions: No additional Plans sheets will be prepared by the Consultant. Modifications to the Walls Sheets includes the Wall Elevation sheet for Wall NW2, the Wall Layout sheet(s), and the Wall Sections sheet for the structural earth walls. Civil Plans by the City will be used for the majority of the details. Deliverables: Modified Wall Sections, Sheet H01. Mark-ups of Wall Elevation and Wall Layout sheets. Comments on special provisions and on the City's Plans showing the FPSS. City of Kent South 228`"UPRR Grade Separation 4 Revisions to Scope of Services Feb 23,2018 3A.C. The City determined that the geofoam embankment fill will be installed before the conventional gravel backfill is placed; thus, the steps in the geofoam will be inverted from the previous configuration. The Consultant will revise the affected Wall Sections to show the geofoam width to be wider at the bottom, stepping to a narrower width at the top of the geofoam. The Consultant will add a drip-edge detail for the load distribution slab. The Consultant will assist the City by reviewing the geofoam plan layout and sections that the City prepares. The Consultant will mark up the wall elevations sheets for Walls NW1 and SW3 that will be modified in CADD by the City. The Consultant will coordinate with the City and the City's Geotechnical Engineer to determine the density of the geofoam, backfill details at the back of the geofoam, and the need and extents of geomembrane. The Consultant will modify the special provisions based on the revised design and details. Assumptions: No additional Plans sheets will be prepared by the Consultant. The Geotechnical Engineer and the City will determine the extents of the geofoam and slope of the stepped geofoam as it transitions to the gravel embankment backfill. The stability of the stepped slopes and associated determination of the need for geotextile for geosynthetic reinforcement will be determined by the Geotechnical Engineer and the City; this is consistent with the "Items and Services to be Furnished by the City, the City's Geotechnical Engineer, and other Consultants". Deliverables: Modified Wall Sections sheets H05, H06. Mark-ups of Wall Elevation sheets. Revised special provisions for geofoam. Comments on the City's plans and details for the geofoam. 3.4.D. To provide vehicle access to adjacent private properties during construction, the City will require staged construction at the Prologis (formerly Century Link) Driveway and Sixth Avenue. The Consultant will assist the City with the temporary walls by reviewing the proposed "driveway" sections developed by the City. The Consultant will assist with preparing special provisions for the temporary walls. Assumptions: Temporary walls will be designed and detailed by the Contractor. The roadway section geometry and pavement section will be provided by the City. It is anticipated that the live loading will be a 2-foot surcharge; this live load is to be confirmed with the City and the Geotechnical Engineer. Deliverables: Special provisions for temporary walls. Comments on the City's plans and details for the temporary walls. City of Kent South 228'"UPRR Grade Separation 5 Revisions to Scope of Services Feb 23,2018 � . . . q , . ■ mqm . . . . ~ _.mom_. . ■ \ . ` ^wlus!,an !i m ma \ } \ / ■ °- rr GeaA m; § _ ! § 2 M\ 2 ■ ' , _, \ \ \\ \ , . ® § k !�.a , \ } . ■ ' apel • mA_m ) / q - ■ � _p smaipuv , .m73 . ; a � { �ED \\ �) \ 2f \ $ ! r ; ! $ \ LLIa in ! - » k \ � � 3 o 0 0 0 0 0 0 0 0 0 0 0 O F- 0 0 0 0 0 0 0 0 0 o O o Y 00 _0 f0 V? V} V} y q t/} V} t/f- V} Vh ih V} < ~ O O o n- WDD W VL An +A N Y O o 0 0 0, 0 0 0 0 0 0 0 O O a@. O OQ OO o Q 0 0 0 0 0 0 O cc 0~' Vol VO? t0/F V01 VO} t0 ci tOA +Oh 3 Y p O O � m tMD rn tMD C t +h to Vf a) u x a/ W 0 0 0 0Ln 0 0 0 0 0 0 0 cy C C Q V1 to Q1 O -t o o 0 U1 O Q 0' ar I, O -* o O1 A cn 0 0 0 0 Q M O O O O o OLti o o V1 0 Y C -tn th th Vl V} ih VY N fV V} N �I m Q. VL V} th N a V � W � O J E U d a N -' ;° V LM H LU o H `� c u c O41 0 c u6 +� U 0 v V CL a W w a �C s vt a u �, H co '6 I- c (A -0 W m ow V} = G a) W C L >- u ai ✓1 = CL °' 4' o�C h L U E- y U w Q j o L a o f OWC — E N '^ i v CL a r Q fO V OAS O W v E co ut G �Qy Y Q wIn ux1 X X , LO a T O O � w oo � � m l0 f o v if—• fl, a W N n ODODD � W ' 'm to W cl. O Y y U 1 L a Z Y p� W v a a a as o o p_ J Sm W ui (U N N N d CL � Q L9 a T = u V a CL CL CL C C Q, c' C U ~ Q a x y O O O O O O X O 0 W U O O F- U U.U U co m Lu U U O 1— O00 N N N C W Y 0 o p O N u. N O m Q. O F- a w imi Ln o Ln h 4 N ^ O E N N N N C a vt 66 I m {/} m O C � a 0 cn .o y ca 1@ N N at a x 4 W x O m u` m 1p C� b F ` N Lfl OtL N ni � c m d m m .Q m m a � m 0 v► th E ui wi n c E Ec di G o a+ `m L � CL a a a � Y �N N a N O. m Q at a O P N Y b r v Vf CL u H 1- W c a.i G ; a 3 Y � s O N N u rl U 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 City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or 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.