Loading...
HomeMy WebLinkAboutPW16-334 - Amendment - #2 - ICF Jones & Stokes, Inc. - S 228th St UPRR Grade Separation Stormwater Engineering Services - 09/25/2017 idpa17 1 n� a M�' ✓ I�fv�/G if e c o r s K N Document' x WASH PWGT'O M �!f f�Jl/rN��l�y������P�✓!"�r��r'���lJ�;v� 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: ICE Jones &. Stakes, Inc. Vendor Dumber: JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Dame: S. 228th St. UPRR Grade Separation Description: ❑ Interlocal Agreement ❑ Change Order ® Amendment ❑ Contract ❑ Other o. Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/18 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Mark Madfai Department: Engineering Contract Amount: $24,330.71 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Provide stormwater engineering services for the project. ,As of: 08/27/14 • KENT wwa HINOTOh AMENDMENT NO. 2 NAME OF CONSULTANT OR VENDOR: ICF Jones & Stokes, Inc. CONTRACT NAME & PROJECT NUMBER: S. 228th St. Union Pacific Grade Separation ORIGINAL AGREEMENT DATE: August 31, 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 stormwater engineering 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, $61,164.00 including applicable WSST Net Change by Previous Amendments $0 including applicable WSST Current Contract Amount $61,164.00 including ail previous amendments Current Amendment Sum $24,330.71 Applicable WSST Tax on this $0 Amendment Revised Contract Sum $85,494.71 AMENDMENT- 1 OF 2 Original Time for Completion 12/31/16 (insert date) Revised Time for Completion under 12/31/17 prior Amendments (insert date) Add'1 Days Required (±) for this, 3615 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: i By., (signature) (signature) Print Name: -Eishya Prow t am n a Suzette Cooke Its Contracts Administrator Mayor (title) (titre DATE: September 19, 2017 DATE: APPROVED AS TO FORM: (applicable IF Mayor's signature required) Xent�'�aw'o Department 1CF knes Ik Skokes-UO'UP Grade Sep Amd 3/Mad(ai AMENDMENT - 2 OF 2 EXHIBIT A SCOPE OF WORK Stormwater Engineering Services South 228u' Street Project City of Kent Public Works Department Introduction ICF Jones &Stokes, Inc.(ICF)has prepared this scope of work(scope)to provide the City of Kent(CITY)with 90% Draft Plans and 100%Final Plans of stormwater facilities that would best meet the CITYs stormwater detention and treatment needs for the Burlington Northern Santa Fe(BNSF)and Union Pacific(UP)Railroad(RR) overpasses on South 2281'Street. This scope describes the Tasks to be accomplished by ICF and summarizes the assumptions and deliverables under each Task. The scope includes the following three Tasks: • Task 1: Complete 90%Draft and 100%Final Design for Stormwater Detention(BNSF and UP)and Treatment(UP) • Task 2:Coordination with CITY • Task 3: Project Management/Administration • Task 4: Review Contractor Submittals A description of each Task to be completed by ICF under this scope is presented below. This project will be billed monthly on a time and materials, not to exceed basis. Budget may be shifted between tasks, but shall not exceed the total budget amount of$24,330.71, The work and/or deliverables associated with this scope of work will not change from unless approved by both parties. Should the CITY determine that a change is warranted,the work to be completed and the deliverables to be developed under this scope of work may be modified through negotiation and mutual agreement between the CITY and ICF. Task 1: Complete 90% Draft and 100% Final Plans for Stormwater Detention (BNSF and UP) and Treatment(UP) ICF will develop 90% Draft Plans for the stormwater detention(BNSF and UP)and stormwater treatment(UP). The 90%Draft Plans will address the review comments of the 60%Draft Plans received from the CITY. All design work will be performed under the responsible charge of a professional engineer licensed in the State of Washington. The Final Plans will be stamped by the Project Engineer in charge of design,assuming those Plans are not modified by the CITY. Deliverables: • Revised technical specifications for the stormwater detention and treatment shown in the 90%Draft Plans. Format will follow the WSDOT/APWA format and will use Standard Specifications to the maximum extent possible_ ■ 90% Draft Plans(electronic copy in PDF format,for CITY review and comment) ■ Final (100%)Plans(electronic copy,address CITY review comments) Assumptions: • CITY to provide consolidated comments to the 60%Draft Plans. All convicting comments will be resolved prior to CITY submitting comments to ICF. ICF will address CITY comments to produce the 90%Draft Plans. • ICF will stamp the Final(100%)Plans if ICF takes the design through completion and that design is on the Final PS&E. If changes to the Final(100%)Plans are made by anyone other than ICF,ICF cannot stamp the Final(100%)Plans in accordance with state law. • CITY will be responsible for incorporating technical specifications, provided by ICF,into comprehensive project contract,meeting requirements necessary for bid and construction purposes. 1 Prepared September 5,2017 Task 2: Coordination with the CITY ICF will coordinate closely with the CITY as needed during the development of 90%design. It is anticipated that ICF will participate in a project update meeting with the CITY to discuss schedule for Draft and Final Plans(Task 1)and relevant project updates related to the design elements the CITY is working on that may affect stormwater design. Ongoing coordination between ICF and the CITY may be required as ICF proceeds with development of the 90% Draft and 100%Final Plans. Deliverables: ■ Notes documenting key decisions made during kick-off meeting and subsequent coordination between ICF and the CITY. Assumptions: • ICF staff will be available for up to 28 hours for meetings/conference calls with the CITY,including one project kick-off meeting/conference call,to discuss schedule and relevant project updates. • No major changes to the 80%draft design will be required to reach the Draft and Final Plans,such as changes in locations,depths,materials,etc.of stormwater detention or treatment facilities. Task 3: Project Management/Administration ICF shall prepare monthly progress reports identifying work completed during the invoicing period,invoicing period hours,period labor costs,period direct expenses,status of Tasks,and,if Tasks are behind schedule and/or over budget,how the ICF shall address these issues and bring them back into compliance with the contract. The progress reports will also identify any outstanding issues or foreseeable issues that are of concern. The ICF project manager, project director,and financial administrative assistant will be responsible for administering the contract, scheduling resources,handling team communication(both internally and with the CITY),responding to requests for information,preparing invoices,tracking budget,and related project management and administrative tasks. This task includes up to 6 hours of staff time for telephone calls and emails directly between the ICF project manager or project director and the CITY and internal coordination between ICF project manager and support staff. Deliverables: ■ Monthly progress reports and invoices and related budget coordination by email or phone. Assumptions: ■ This scope of work will proceed generally according to the below schedule,and may last up to 10 months (September 2017 through June 2018). ICF would only be actively working during an estimated 5 of the 10 months(assuming up to 4 months for Tasks 1 and 2 and up to 1 month for Task 4). • Scope assumes no more than one-half hour per month for the project manager and one-half hour per month for the financial assistant will be required over a 4 month duration to comply with CITY invoicing requirements. Task 4: Review Contractor Submittals During project construction,ICF will be available for up to 32 hours to provide assistance to the CITY to ensure the project is constructed per the design and will function as intended.The 32 hours will also cover any time required to respond to requests for information (RFIs)that may be submitted to the CITY by potential contractors during the bid process. During construction,an ICF engineer who was directly involved with the design of the stormwater detention and treatment system will review contractor submittals related to stormwater items. ICF will review only the Contractor submittals forwarded/requested by the City.ICF will review the submittal forwarded/requested by the City and respond within 3 working days with an e-mail to the City that identifies whether or not the submittal complies with the design and if it does not which items are different. 2 Prepared September 5,2017 Deliverables: ■ An email for each submittal ICF reviews,send only to the CITY unless a broader distribution is requested by the CITY. Assumptions: ■ This scope of work will proceed generally according to the below schedule. The completion of this Scope of Work is dependent upon when the project goes to bid for construction,which is currently anticipated will be in June 2018. ■ The CITY will make final determinations. ICF will not discuss the review directly with the Contractor unless requested by the CITY. ICF will provide the CITY with information and recommendations; however, ICF will not make final determinations unless requested by the CITY Schedule ICF would begin work as soon as the signed contract Is received(anticipated by mid-September 2017).Tasks associated with this scope of work would generally occur according to the following anticipated timeline.Tasks are expected to be completed by December 31,2018. Schedule extension due to unanticipated delays(e.g.contracting,project design,agency concerns)may result in any unanticipated delays in the timeline presented here, are outside the control of ICF,and thus create a potential for increased costs. Task Anticipated Schedule Task 1—Complete 90% September-October 2017 Design for Stormwater Detention(BNSF and UP) The 90%Draft Plans will be completed within 4 weeks of the start date listed on and Treatment(UP) the signed,fully executed contract or Notice to Proceed(NTP)with date work can start and dollar amount that can be billed under the NTP,or within 3 weeks of receiving all comments from the City on the 60%Plans The 100%Final Plans will be completed within 2 weeks of receipt of consolidated CITY comments on the 90%Draft Plans Task 2—Coordination with September-October 2017 the CITY Initial update meeting with CITY and ICF will occur within 1 week of receipt of signed,fully executed contract or NTP. Task 3—Project Ongoing for duration of contract. Management/Administration Task 4—Review of As directed by the CITY. Expected to be completed May/June 2018,but may Contractor Submittals extent through December 31.2018. 3 Prepared September5,2017 Table 1. Cost Estimate for City of Kent-South 228th Street Stormwater Engineering Services Conwtttno staff Emp"a Name Soneody C TruvAU N Fisher M ware C PM, Stormwater Btommalar PtgtdRole PD ErVmar Engineer FPA Task labor C/asslk Con Sr Consull ill Sr Consu1111 Br CansNl ill Admtn Tech Subtotal Labor Total Total Pnco Task 1—Complete 90%Draft and 100%Fin aI Plans for Stormwa(ar Dat�atlon�8N8F and YP and TreahnontSUP� t302 312.75009 $��4,760 89 Task 2—Coordinallon vrtth CITY y 4 12 12� $4.249.15 14.24915 TaakJ—MactMa—na MenttfAdmtrllstraGon _ 2 7 3 S/,4830O $1.46305 Teak 2--Renew CoNreaor Submdtals 32 i „tS.BST 61 35,857 81 Total noun 8 79 76 3 _ _ Direct Sala 2016 S52 47 33S 84 $57.18 S33 50 Bilk Rule=Wed Sal K 3 2013 EGeclivo Multoger 3'07.97 $115 05 318305 $107 24 Subtotals 51.007 83 $9,089 32 d13,B11 83 $32173 $24.330 it S2a.331171 Total price $24.33071 rhtc ptw cd OM1017 9 23 AM AW"cd by ptaanw(sh I Keel 22ath 40pcmenl l4umµntar Cosl_Rev 090617(chentJ zls A CERTIFICATE OF LIABILITY INSURANCE DATE(MMIOD/YYYY) osna/20,7 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 INSURERIS). AUTHORIZED tEPRESENTATIVE 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. m If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on c this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACTNAME: 'aAon Risk Services Northeast, Inc. (866) 283-7122 FAX CSD0) 363-0105 m New York NY office I No•F9): AIG No.: 9 199 water Street E-MAIL p New York NY 10038-3551 USA ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIC 0 ENSURED INSURER A: Great Northern Insurance Co. 20303 ICF Jones & stokes. Inc. INSURER0: Federal Insurance Company 20282 Attn: Misha Freimann 9300 Lee Highway INSURERC: AXIS Surplus Insurance Company 26620 Fairfax, VA 22031 USA INSURER0: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570067290973 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 Limits shown are as requested INSIR TPEOFINSURCE ST IN WVD POLICYNUMBER MMIDO M LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S1,000,005 Package - Domestic CLAIMS-MADE ❑X OCCUR PREMISES Eaotxurrertce $1,000,000 X Contractual Uabday MEO EXP(Any one Amon) $10,000 PERSONAL&ADVINJURY S1,000,000 n GEN'L AGGREGATE LIMIT APPLIES PER GENERALAGGREGATE 2,000,000 m X POLICY ❑PR T LOC PRODUCTS-COMPIOPAGG S2,000,000 OTHER AUTOMOBILELIABILITY 735229SS 07/01/2017 07/01/2o18 COMBINEDISINGLELIMIT S1,000,000 t Automobile - All States Ix ANY AUTO BODILY INJURY(Pet person) O OWNED SCHEDULED Z ALTOS ONLY AUTOS BODILY INJURY(Per acuxdenty m HLRED AUTOS NON-OWNED PROPERTYOAMAGE ONLY X AUTOS ONLY Per acadanl zE is m B X UMBREILALWB H OCCUR 93630018 07/01/2017 07 01 2018 EACH OCCURRENCE $2.000,000 V EXCESS LEAS CLAIMS-MADE- umbrella Liability AGGREGATE $2,000,000 DEO RETENTION B WORKERS COMPENSATION AND 71754337 01/2017 07 Ol 201 X $7R,, OR EMPLOYERS'LIABILITY YIN workers Compensation ANY PROPRIETOR I PARTNER I EXECUTIVE ❑ EL EACH ACCIDENT $1,000,000 OFFICEIUMEMBER EXCLUDED? N N I A (Mandatory In N„) E L DISEASE-EA EMPLOYEE $1,000.000 It yes,descsibe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT S1,000.000_— C E&O-MPL-Primary EBZ768043/01/2017 07/01/2017 07/01/2018 Each claim S2,000,000 Errors & omissions overall policy aggr, S2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Adddlonal Ramarks Schadule,may be attached If mote space Is mqulmd) Re: S. 228th street union Pacific Railroad Grade separation project. 1 - Professional Liability is a Claims Made policy. There is no Additional insured status on the Professional Liability der. coverage. NL 1 1 2 - The City of Kent is included as an Additional Insured under the General Liability and Automobile policies. 3 - subject to the standard terms and conditions of the individual policies, the indicated coverage is primary and 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. The City of Kent AUTHOR17EDREPRESENTATNE 220 Fourth Avenue south Kent, WA 98032 USA ,��(///'1 � IQL �t�O"4610 a// eJL @1988-2015 ACORD CORPORATION.All rights reserved. ACORD 26(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000024256 LOC#: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED Aon Risk services Northeast, Inc. ICF Jones & Stokes, Inc. PMICY NUMBER to certificate Number: 570067290973 .ARRIER NAIC CODE see certificate Number: 570067290973 EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additnal DesWptlon of Operatans I Lmattons I VeNdes. non-contributory but only as respects work being done by ICF Jones & Stokes, Inc. for the city of Kent. 4 - Except with respect to the limits of insurance, and any rights or duties specifically assigned to the First Named insured, insurance applies separately to each insured against whom claim is made or "suit" is brought. ACORD 101(2008101) ®2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD R QUEST F00. MAVOR 5 SIGNATUkE KEN �O�°� ��{ .iei�aw...Mark Madfai rnane..pns �am,) SSZi Dare se��..y�y,��� oa�e�Sge�Vee ar/y yne�� icy vosmeat�e coMatt, re iz/asks CF JoneO&6iokw I� m � N�� � nPuaova� ��a P te' K N n/q: e�ae�, . .Es o��� w ,.R9aos? zea �,o er e:Prena� ._.__ ' stokes ee ter ¢nglneem ng- sro� tne s. zza ucrzzcraee pa to� pro�ea 6W SFP . 12�11 ter" AF � �'' R > Y , yFJ "k C 4 3 d h{ f ah �T ���/„ � \I �Y�' 1 3 � 4 14 � ���� �� � l nq,� � �q �G s'{, �, r„ y 4 ,t I ` s � v n `is��cx�� t� moor Liability Insurance palm Endorsement Policy Period IULY 1,2017 TOJULY 1.2018 Effective Date JULY 1,2017 Policy Number 3591-24-09 DTO Insured ICIF INTERNATIONAL INIC. [CFJONE'S&STOKES,INC. Name of Company GREATNORTHERN INSURANCE COMPANY Date Issued RJN1: 26.2017 This Endorsement applies to the hallowing Forms: GENERAL LIARILITY Under Who Is An Insured,the &'ollowino provision is added. Who is An Insured Additional Insured- persoris or organizations shown in the Schedule arc insureds;bUt they are insureds only il'YOU are Scheduled Person obligated pursuant to a contract,or a.grecinent to provide them With SLACII insurance as is,afforded by Or Organization this policy. lloxvevcr,the person or organization is an insured only: il'and then only to the extent the person or organizaLioll is described to the Schedule; I to the extent such contract or agreement requires the person or oroartization to lie alTorded status as an insured; for activities that(lid 110t OCCUr,in whole or in part.bel'ore the execution of"the contract or agreement;and with respect to dama,,cs,loss,cost or expense fear injury of damage to which LhiS in'suranec applies. No person or organization is all insured under this provision: that is more specifically identified under any other provision of the Who Is Ali Insured section(regardless ol'any limitation applicable thereto). • With respect to any assumption of liability(of another person or on,anization)by them in a I contract or a-rcernent.This]initiation does not apply to the liability for dama-- ges,loss,cost or I expense for injury (it'dainage,to which this insurance applies,that the person or organization would have in the absence of'such contract or algrecinent. Liability Insurance Additional InRwh� rqn-�qpe?f= rOrganization continued Form 80-02-2367(Rev.5-07) Endorsement Page 1 MEMEMPF-"M Liability Endorsement (continued) Under Condi6ons,the 1-ollowing,provision is added tot the condition titled 0dier I]IS Urance. Conditions Other Insurance— If you are obligated.Pursuant to a contract or aoreement,to provide the person or organization Primaty, Noncontributory shown in the Schedule with primary hISLUMACC SLICII as is afforded,by this policy,then in such case Insurance—Scheduled this insurance is primary and we will not seek contribution from insurance available to SUCII person Person Or Organization or or,alii/aLioll. Schedule Persons or n oroanizations that you are obhoaLed, pursuant to a contract or a,,reement,to provide with I C such insurance as is afforded by this policy, City of Kent All other terms and conditions remain Unchanged. Authorized Representative Liability Insurance Additional 1nR1ff11L-1G9q&4-P Organization last page Form 80-02-2367(Rev.5-07) Endorsement Page 2 POLICY NUMBER (17)7352-29-55 COMMERCIAL AUTO CA20481013 THUS 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. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: ICF INTERNATIONAL,INC. ICF JONES&STOKES,INC. Endorsement Effective Date: 7/1I17 SCHEDULE Name Of Person(s) Or Organization(s): "ANY PERSON OR ORGANIZATION AS REQUIRED BY INSURED CONTRACT" . City of Kent 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 as 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 0 Insurance Services Office, Inc., 2011 Page 1 of 1