Loading...
HomeMy WebLinkAboutContract CAG-20-010 AGREEMENT FOR PROFESSIONAL SERVICES FOR COULON MEMORIAL BEACH PARK NORTH WATER WALK IMPROVEMENTS THIS AGREEMENT, dated January 1�:!2020, is by and between the City of Renton (the "City"), a Washington municipal corporation, and PND Engineers, Inc. ("Consultant"), a Washington corporation. The City and the Consultant are referred to collectively in this Agreement as the "Parties." Once fully executed by the Parties,this Agreement is effective as of the last date signed by both parties. 1. Scope of Work: Consultant agrees to provide professional design services and construction administration support for Coulon Memorial Beach Park North Waterwalk Improvements as specified in Exhibit A, dated November 21, 2019, which is attached and incorporated herein and may hereinafter be referred to as the "Work." 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions,deletions or modifications.Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit A, or as mutually agreed by the Parties. 3. Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit A. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $285,783.00, plus any applicable state and local sales taxes. Compensation shall be paid based upon Work actually performed according to the rate(s)or amounts specified in Exhibit A.The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit A. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed,the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Consultant's performance does not meet the requirements of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement.The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, with or without cause by giving ten(10)calendar days'notice to the Consultant in writing. In the event of such termination or suspension,all finished or unfinished documents,data,studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City,the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 0 PAGE 2OF1O 6. Warranties And Right To Use Work Product: Consultant represents and warrants that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non- exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work product produced pursuant to this Agreement. The City's or other's adaptation, modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act,Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at Consultant's own expense, seek judicial protection. Consultant shall indemnify, defend, and hold harmless the City for all costs, including attorneys' fees, attendant to any claim or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. PAGE 3 OF 10 9. Independent Contractor Relationship: A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement.The nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, not employee.The Consultant, not the City,shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual,the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Consultant's failure to do so. 10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties, expenses, attorney's or attorneys' fees, costs, and/or litigation expenses to or by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction,alteration, improvement,etc.,of structure or improvement attached to real estate...) 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 (;) PAGE 4OF10 Consultant and the City, its officers, officials, employees and volunteers, Consultant's liability shall be only to the extent of Consultant's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Consultant's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts: The City's Code of Ethics and Washington State law prohibit City employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance with the City's Code of Ethics and state law,the Consultant shall not give a gift of any kind to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this Agreement, or evaluating the Consultant's performance of the Work. 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://www.rentonwa.gov/cros/One.aspx?portalld=7922741&pageld=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-my-business 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. 0 PAGE 5 OF 10 D. Commercial Automobile Liability for owned, leased,hired or non-owned,leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single limit, if there will be any use of Consultant's vehicles on the City's Premises by or on behalf of the City, beyond normal commutes. E. Consultant shall name the City as an Additional Insured on its commercial general liability policy on a non-contributory primary basis. The City's insurance policies shall not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of Consultant to the coverage provided by such insurance or otherwise limit the City's recourse to any remedy available at law or in equity. F. Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14. Delays: Consultant is not responsible for delays caused by factors beyond the Consultant's reasonable control. When such delays beyond the Consultant's reasonable control occur,the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, by facsimile or by nationally recognized overnight courier service.Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON CONSULTANT Alan J. Wyatt, Capital Projects Manager Colin Kuester, PE 1055 South Grady Way 1736 Fourth Avenue S. Renton, WA 98057 Seattle, WA 98134 Phone: (425) 430-6571 Phone: (206) 624-1387 PAGE 6OF10 awyatt@rentongov.wa ckuester@pndengineers.com Fax: (425) 430-6603 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: A. Consultant, and Consultant's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. If the Consultant fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. 18. Miscellaneous:The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. 0 PAGE 7OF1O D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. Consultant is responsible for his/her own Worker's Compensation coverage as well as that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. General Administration and Management.The City's project manager is Alan J.Wyatt. In providing Work, Consultant shall coordinate with the City's contract manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of Renton. Consultant and all of the Consultant's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. (;) PAGE 8 OF 3.0 F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County,Washington,or its replacement or successor. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered with the State of Washington. H. Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Work is essential to the Consultant's performance of this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties,and all duties and res onsibJijti ,.:. p i,.,,e,��r�de?taken pursuant°t"b this Agreement will be for the sole and exclusive benefit of the Parties and no—one else. L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. M. Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this 0 PAGE 90F10 Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts,each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF RENTON CONSULTANT LI By: By: C �/, t9 Arm o Pavone {-Oir--Ji Campbell Mayor President t 13, f 17z.s 20/ % Date Date Attest Jaso .Seth City lerk Approved as to Legal Form By: f •� Shane Moloney Renton City Attorney Contract Template Updated 03/12/2019 Ottf\ttlt‘tti °r."�µ�e Y'rIG iMM ' //•riyt-'' /,t�1.i1S11`.Nv 11.1‘,�� NI 41lllt�t�tt��VVvA PAGE 10 OF 10 .................. .. . Coulon Park North E © Waterwalk Exhibit A ENGINEERS, INC. November 21, 2019 PND No. 19S-116 Engineering Services: Civil Leslie Betlach, Director Planning Alan Wyatt,Capital Project Manager Surveying Parks Planning& Natural Resources Structural City of Renton Permitting 1055 South Grady Way hydrology Renton,WA 98057-3232 Gcotechnical Environmental Subject: Coulon Park North Waterwalk Upgrades Proposal 'Transportation Marine Facilities Coastal EngineeringDear Leslie &Alan: Contract Administration Construction Engr.Support The City of Renton has requested a proposal for design services by PND Engineers, Inc. (PND) for rehabilitation of the North Waterwalk, adjacent to the Ivar's Deck Offices: and North Picnic Pavilion at Gene Coulon Park in Renton. We propose to utilize Seattle Harbor Power Engineers to provide electrical design services, Global Diving for 1736 Fourth Avenue S dive survey services as required,and GeoEngineers for environmental permitting. Seattle,Washington 98134 Phone:206.624.1387 PND has established working relationships with all of these firms, having worked together on previous Gene Coulon Park projects. Anchorage Proposed services include dive assessments, engineering design, preparation of 1506 West 36th Avenue bid documents, and construction administration services to support demolition Anchorage,Alaska 99503 and reconstruction of the majority of superstructure components. Phone:907.561.1011 Juneau SCOPE OF WORK 9360 Glacier l lwy,Suite 100 Juneau,Alaska 99801 Task 1—North Waterwalk Dive Assessment Phone:907.586.2093 PND will meet with Parks Planning& Natural Resources (PPNR)staff to review HOuston known concerns and identify any special conditions at the North Waterwalk. Part 19500 State highway 249 of this review will include gathering information from the City on repairs Suite 655 completed from previously conducted assessments, including reports prepared by I Iouston,Texas 77070 Phone:832.930.4830 PND in 2012 and 2017, and 2019 documentation for the Structural Repairs project. After review of information with PPNR staff, PND will modify, if w,tiv.pndengineers.com appropriate,the inspection efforts and begin the assessment. The site investigation will be performed to confirm the condition of all steel piles, from cap to mudline, and visible portions of the concrete pile caps. PND will coordinate underwater site investigations with our sub-consultant, Global Diving, to determine conditions of the piles below water.All structural assessments will be performed following the industry-accepted American Society of Civil Engineers (ASCE) manual for Waterfront Facilities Inspection and Assessment(Manual 2015).All structural components will be inspected to the maximum level possible: Pile caps will receive Level I & II assessments and the steel piles will receive Levels I, II &Ill.These levels are further described below: Page 2 November 21, 2019 Level I Assessment A Level I Assessment includes a visual structural assessment with an associated assessment sheet and a photo log.The structural element is observed in entirety,top to bottom and all sides, looking for signs of damage,or decay. Level II Assessment A Level II Assessment includes a more detailed assessment.The objective is to identify and detect damaged or deteriorated areas that may be hidden by surface bio-fouling, coatings or corrosion. Assessments for this level typically include fewer areas, but are more detailed.This level of assessment typically focuses on areas of weakness, connections, attachment points,welds,or in the splash zone. Level III Assessment A Level III Assessment includes a more detailed assessment. Like a Level II,even fewer areas,typically the areas of most concern,are assessed.This level includes nondestructive or minimally destructive testing to detect hidden damage.Often, Level III Assessments include coating thickness measurements, base material thicknesses and may be conducted utilizing ultrasonic, coring or boring, and physical sampling. For the inspection of the North Waterwalk,only non-destructive ultrasonic thickness measurements will be taken to preserve the piles. Each pile will have Level I and Level II assessments over their entire surface areas, conducted by the dive surveyors. Level III ultrasonic thickness assessments will be performed at four(4) locations along the length of each pile, at the mudline, mid-height of the submerged section,at the waterline, and just below the pile cap. Each location will have three (3) recordings taken around the circumference of the pile.All pile caps will have a Level I and Level II assessments over their entire surface areas, conducted by the dive surveyors, looking for loose/spalled concrete or areas that may have spalling potential or other visible cracks. Level III assessments are not possible on concrete without causing damage that requires significant repairs, and therefore Level II inspections are the highest level of inspection recommended by ASCE.Testing of the existing structure will not cause further destruction or damage. PND will coordinate with Global throughout the inspections, including daily on-site presence,to ensure that all necessary inspections are performed and no members or components are overlooked. Currently, 3 days are estimated to complete this work,with 1 contingency day included in the attached budget estimate. PND will produce a report with recommendations based on Global's findings.This report,with Global's factual report attached, will serve as the Task 1 deliverable. At the completion of the pile and cap assessment,the City shall review the provided information and, in coordination with PND,discuss any necessary rehabilitation of the piles or caps.The upgrades proposed are for the purpose of installing new grating, and replacement of members as required to support such new grating.Therefore, design of any pile or cap rehabilitation is beyond the scope of work for this project, but may be negotiated if inspections raise critical concerns. Task 2—North Waterwalk Engineering&Design 12I ® Page 3 November 21, 2019 PND will provide design and construction support for rehabilitation of the North Waterwalk to replace existing concrete decking with new steel framing and light-penetrating decking.Additionally, all treated timber will be removed from the walers and interior platform/ledge as required by the Aquatic Lands Lease between the City and Washington Department of Natural Resources(DNR). Task 2A—Design PND will assemble construction documents consisting of drawings and specifications to replace the concrete deck at the Waterwalk. Elements to be repaired or replaced consist of: removal of existing concrete deck panels, removal of treated timber, installation of new steel framing and light penetrating fiberglass grating. Light poles and guardrails will be removed, recoated and reinstalled.The platform ledge along the inside of the Waterwalk will be replaced with new steel supports and fiberglass grating. No structural modification or repair is anticipated to be done to the existing pilot house where the superstructure and decking will remain.All design will be in accordance with the current building codes. All steel will be noted to have a durable hot-dip galvanizing coating or multi-coat marine paint system as required to withstand the environmental conditions. PND Engineers shall determine the extent of light penetrating decking required for the North Waterwalk to conform to the Department of Natural Resources(DNR) requirements. Determination shall be based on existing light-penetrating grated decking within the DNR lease area. PND will meet with the City of Renton to discuss their findings of the light penetration grating and to the extents required for the North Waterwalk.The scope of the repairs/extent of light penetrating decking for the North Waterwalk will be reviewed and discussed with the City of Renton.The quantity and extent of grating will be required to be verified to meet the DNR lease agreement. The layout of the grating and concrete panels shall be coordinated with the City to ensure consistency of design with the adjacent new Day Moorage Floats.All timber components, including fascia boards, wave skirts, and bullrails shall be replaced as closely as possible in-kind with plastic timber in a similar manner as to the Ivar's dock. PND will also work with our sub-consultant, Harbor Power Engineers,to provide an electrical system that is in accordance with current standards and codes.The Waterwalk currently contains electrical service and a planned future fiberoptic system. Both systems will be upgraded as required to ensure code compliance.The City will provide PND with requirements for future electrical power and the required locations to place conduit to meet the City's needs. In addition to electrical and fiberoptic,fire lines along the Waterwalk will be upgraded and re-supported as required to meet current codes and standards. PND will generate 100%construction documents consisting of drawings,technical specifications, probable cost statements and a calculation package suitable for building department review.Submittal packages will be provided to the City for review at the 30%, 60%, 90%,and 100%stages of design where comments may be generated and incorporated into the subsequent submittal. A drawing is attached to this proposal outlining the work proposed to be designed. Task 2B—Bidding Assistance,Contract Administration Assistance,and Construction Observation ® I ® Page 4 November 21, 2019 After the final design package is accepted by the City, PND will provide the following assistance during bidding and construction for the North Waterwalk Rehabilitation: • Attendance at the pre-bid meeting by PND • Attendance at the pre-construction meeting by PND • Respond to requests for information (RFI's)or addenda during the bidding&construction phases • Review of technical submittals required by the contract documents for general conformance • Site observation visits as necessary at the steel coating fabrication plant to ensure general conformance with the contract documents,two trips assumed • Biweekly site observation visits, or as necessary,to the project site to ensure general conformance with the contract documents, 8 total trips assumed • Additional visits requested by the City may be performed as additional services • Review of Contractor's pay requests and change orders as necessary • Review of Contractor's record as-built drawings for general conformance Task 2—Deliverables • Design drawings at 30%, 60%,90%and 100% (stamped) levels(11x17—PDF&CAD) • Technical specification outline at 60%design (8.5x11—PDF&Word) • Technical specifications at 90%and 100%design (8.5x11—PDF&Word) • Probable Cost Statements at 30%, 60%, 90%, and 100%design (8.5x11—PDF) • Stamped calculations for building department at 100%design (8.5x11—PDF) • Full-size, half size, and electronic set of bid plans and specifications (11x17&22x34—PDF) Task 2—Assumptions • All specific permitting related items are noted in Task 4. • Steel pile and concrete cap repair work will follow recommendations noted in assessment in Task 1. • Modifications to the Waterwalk decking, i.e. new steel framing,grating, etc., will not result in additional structural weight to the pile caps. • Existing electrical utilities, lighting, and navigational lighting will be replaced as needed. Upgrades or replacements required will be in accordance with applicable electrical codes. Existing fixtures are to be reused with internal electrical components replaced if applicable. Lighting fixtures to be removed, refurbished, and reinstalled as possible. Electrical services(conduit, hangers, connections,etc.)are to be replaced as needed. • Coast Guard permits for navigational lighting will be acquired as necessary. • City will provide PND with desired electrical service requirements and preferred conduit locations to meet the City's needs.The City will provide desired conduit size which will be coordinated with the electrical engineer. • The North Water Walk is not(and will not be) designed for moorage of boats/vessels— construction barges will not be permitted to be docked or moored off the Waterwalk. • Repainting of the Pilot House structural steel will be included in the design documents. • All existing light poles,guard rails, and handrails along the North Water Walk(including along the northern east-west water walk segment)will be removed, re-coated, and re-installed. • City will provide compiled review comments within three weeks for each of the 30%,60%,and 90%, submittals. Final review of the 100%drawings will be provided back to PND within 2 weeks. • A review meeting will occur at the City following the 60%and 90%submittals. • 1 ® 1 ® Page 5 November 21, 2019 Task 2—Exclusions • Unless identified as part of Task 1, repairs to concrete caps or steel piles. • Repairs or modifications to concrete bulkheads along the shore line. • Analysis of the existing piles for vertical,wind, seismic, or other loading. • Any upgrades to the existing utilities unless specifically required by code. • All existing concrete decking along the northern, east-west, running section will remain and no work will be performed along this section with respect to the decking.The extent of grating will be determined to meet DNR light penetration requirements.This requirement is expected to be met by replacing the existing decking on the south and west stretches of the waterwalk as shown on the attached drawing. Task 3—Picnic Float Replacement Engineering This task consists of engineering design, bidding and construction phase support for replacement of the two (2) picnic floats located along the inside perimeter of the Waterwalk, as described below. Task 3A—Preliminary Engineering This task will consist of developing the picnic float replacement design to a 30% level, including provisions for existing gangways.The existing benches located along the perimeter of the floats will be rehabilitated by salvaging the existing steel frame.The float design will incorporate necessary framing to provide positive, secured, attachment of the existing picnic tables and benches. Existing steel tables and bench frames are to be cleaned, coated,and reinstalled.Wood table tops and bench slats are to be replaced with new yellow cedar and sealed with clear sealer to match the tables and benches elsewhere in the park.The gangway grating will be replaced with 60% light penetrating ADA rated grating.A previous survey was conducted of the Waterwalk and picnic floats to determine as-built locations of all structures and floats.This survey information, and additional as-built dimensions gathered as needed, will be used in preparation of design drawings.Task 3A Deliverables will consist of: • Attend one work session with City staff to discuss options and priorities • Design drawings at 30% level design (11x17—PDF) • Probable Cost Statement at 30% level design (8.5x11—PDF) Task 3B—Final Design, Plans, and Specifications This task includes the development of the construction plans and specifications for the picnic float replacement project after permits are submitted.The construction project is anticipated to include demolition of the existing floats and a performance specification for the new floats.The brace connections to the existing North Waterwalk pier(north-south and east-west walk)will be removed, recoated, and reinstalled on the new floats. Existing gangways,with new 60% light penetrating grating, will be reused with the new floats.Task 3B Deliverables will consist of: • Design drawings at 60%, 90%and 100% levels(11x17—PDF&CAD) • Technical specification outline review at 60%design (8.5x11—PDF&Word) • Technical specifications at 90%and 100%design (8.5x11—PDF &Word) • Probable Cost Statement at 60%, 90%and 100%design (8.5x11—PDF) • Stamped calculations for building department at 100% if required (8.5x11—PDF) Ell ® 1m Page 6 November 21, 2019 • Full-size, half size, and electronic set of the bid plans&specifications(11x17&22x34—PDF) Task 3C—Bidding Assistance,Contract Administration Assistance,and Construction Observation After the final design package is accepted by the City, PND will provide the following assistance during bidding and construction for the replacement floats.Task 3C Deliverables will consist of: • Attendance by PND at pre-bid meeting • Attendance by PND at pre-construction meeting • Respond to requests for information (RFI's)or addenda during the bidding and construction phases • Review of technical submittals required by the contract documents for general conformance • Site observation visits as necessary at the float fabrication plant to ensure general conformance with the contract documents, one trip assumed • Biweekly site observation visits, or as necessary,to the project site to ensure general conformance with the contract documents, 8 total trips assumed • Additional visits requested by the City may be performed as additional services • Review of Contractor's pay requests and change orders as necessary • Review of Contractor's record as-built drawings for general conformance Task 3—Assumptions • All specific permitting related items are noted in Task 4. • City will make available for review and copying any relevant existing data on the existing float system including: previous federal, state, and local permits,design drawings,as-built drawings and information for the existing gangways. • The City will provide project background information electronically in CAD, if available. • PND will review existing information for the site and determine if the information is adequate for preliminary engineering and permitting efforts.Should additional information be required,the City will be notified and approval received prior to any additional expenditures. • All existing upland and in-water structures and uses have been previously permitted by appropriate agencies. • City will provide compiled review comments within three weeks for each of the 30%,60%and 90% submittals and within 2 weeks for the 100%submittal. • One review meeting will occur at the City following the 60%submittal and again following the 90%. • Review comments that result in significant changes may result in additional design services. • Existing North Waterwalk(north-south and east-west walks)can support the replaced floats using the same connection type. • The float replacement will reflect the same footprint as the existing floats. Rearrangement of the benches and/or table layouts will be made to provide ADA access to the tables if possible. • No additional assessments of water depth or bathymetry surveys are included. • All wood table tops and benches will be replaced with new Alaskan yellow cedar,sealed with marine sealant,work to be performed by the contractor according to specifications provided by the City. • Elevations of new floats will provide ADA-compliant access for typical lake water levels. If possible, new floats will include layout modifications to improve ADA accessibility. Task 3—Exclusions Page 7 November 21,2019 • Dredging or in-water excavation (if required)for the float replacement. • Geotechnical investigations(assume not required). • All float utility design; no utilities will be installed on the floats. Task 4—Permitting&Agency Coordination PND,in association with our permitting specialists at GeoEngineers,will contact the appropriate agencies to determine the most effective approach to permitting the rehabilitation of the Waterwalk and replacement of the existing picnic floats, identify key personnel, introduce concepts,and determine initial agency concerns and anticipated hurdles.The following scope includes anticipated permitting elements. Pre-submittal Coordination: Coordination by PND/GeoEngineers will consist of project initiation with permit agencies and one site visit with agency staff prior to applications submittal, if needed. PND/GeoEngineers will initiate contact with the City of Renton permit review staff,Tribes within their usual and accustomed areas,Washington Department of Fish &Wildlife (WDFW),Washington Department of Natural Resources(DNR), Department of Ecology(DOE), U.S. Coast Guard (USCG), and the U.S.Army Corps of Engineers(USACE)to introduce the project scope prior to submittal of applications.Agency specific concerns will be discussed and submittal requirements confirmed. Permit Application Preparation: • JARPA: o Complete JARPA and supporting documentation as necessary for submittal of the JARPA package to the City of Renton,Tribes within their usual and accustomed areas, WDFW, USACE, DNR, and DOE o A Programmatic Biological Evaluation (BE) o No mitigation is anticipated for this project • Land Use Permits: o Shoreline Exemption — PND/GeoEngineers will submit to the City of Renton for exemption from Shoreline review. This work constitutes "normal maintenance or repair of existing structures or developments" under the Shoreline Management Act (RCW 90.58.030 (3)(e)(I))and related rules,WAC 173.27.040. o SEPA Determination —The City of Renton is the SEPA Lead Agency. Preparation of a SEPA checklist is not included in this scope. Given the repair or replacement nature of this scope, it is anticipated that this work is categorically exempt from SEPA review based on the criteria described in WAC 197.11.800(3). • City of Renton Building Permits o Pending the nature of the repairs or replacement, building permit may be required. Preparation of the application package and response to plan check comments is included in this scope. Task 4—Deliverables • Preliminary Design/JARPA Permit Drawings(8.5x11—PDF) • Draft and Final Programmatic BE (8.5x11—Hard Copy& PDF) • JARPA for owner signature and complete copy of submittal (8.5x11—Hard Copy& PDF) • Originals of any and all final permits and leases obtained (8.5x11—PDF) ® I ® � m Page 8 November 21, 2019 • Building Permit submittal package (11x17—Hard Copy&PDF) Task 4—Assumptions • A pre-application meeting, early in the scope of services,will be attended with the City, building and fire authorities,and CED to determine the extent of permit requirements. • The existing facility is located on land that is leased from DNR.A DNR lease(Aquatic Use Authorizations) is involved in the associated replacement. • No dredging or in-water excavation will be required for the Waterwalk rehabilitation or float replacement. • The City is the SEPA Lead Agency and an exemption is anticipated. • The City will timely pay all permit review and application fees. • Respond to one round of JARPA review comments and update drawings. Additional comments will be addressed on a time and materials basis outside of this fee estimate. • Any qualifying in-water work for Task 2 will be completed between 11/16 and 12/31. Task 4—Exclusions • Mitigation for impacts to aquatic habitat may require preparation of a Mitigation Plan.This plan is not included in this scope of work. ® I ® fm Page 9 November 21, 2019 TEAM STRUCTURE The organizational chart below shows the structure of the proposed team and identifies the key team members. As noted in the scope of work above, PND will provide project management, lead design of the fixed waterwalk structure and picnic float replacements, and lead construction administration. Global Diving and Salvage will provide underwater inspection and pile verification, GeoEngineers will provide permitting support, and Harbor Power Engineers will provide electrical design. Resumes of key team members are provided as attachments at the end of this proposal. City of Renton Irk Owner M Department of Parks Planning and Natural Resources Leslie Betlach,Alan Wyatt PND Engineers ■i■I■ VP/Principal-in-Charge Jon Keiser,PE PND Engineers PND Engineers s•lil® Quality Control El®1■ Project Manager M1:,. PND EngStructural QCalC Qs ''' Fire Systems Design Structural Design •�»._ . Carl McNabb,PE Colin Kuester, PE Rian Johnson,PE SE Global Diving GeoEngineers Harbor Power PND Engineers " and Salvage Engineers elelm' Structural Design Team ' Project Chris Fornace,PE j Proect Manager Principal Stephanie Coronado,EIT • - Manager Jason Stutes Designer Spencer Smith Ed David,PE GeoEngineers Global Diving : : and Salvage Principal Environmental ll �.n0 Dive Inspection Scientist Team Joe Callaghan PROJECT EXAMPLES The following projects are examples that exhibit recent experience of the team members relevant to the design of the North Waterwalk. Gene Coulon Park Structural Repairs (2017-2019) PND provided design of an over-water, pile-supported pedestrian deck structure to replace an existing timber deck with fiberglass grating and concrete insets totaling over 6,000 square feet. Though project manager John Rupp is not available to support the currently proposed work, Colin Kuester provided assistance with construction administration and design modifications, and in addition led inspection and El D Page 10 November 21, 2019 design for the sailing club float repairs,an amendment to this project. Chris Fornace was the primary designer of the structural systems,and he will again provide structural design for the North Waterwalk. Global provided in-water construction support as part of the contractor's team. Client Contact:Alan Wyatt v s_ Gene Coulon Park Facilities Condition Assessment(2017) PND provided visual assessment of the top side of all waterfront and in-water structures, including the North Waterwalk as pictured below. Colin Kuester was lead inspector and lead author of the report. Client Contact:Alan Wyatt E - . ® 1 ® I ® Page 11 November 21,2019 Ancich Waterfront Park Improvements—City of Gig Harbor(2015-2019) PND provided design, permitting support, and construction administration for the development of a half-acre lot into a _ waterfront park, including two pile- . -it--.,t - — supported grated pier structures totaling over 6,000 square feet.Jon Keiser served as the engineer of record and Chris , w,. Fornace provided structural design. Carl '' ° McNabb provided standpipe fire system design. Colin Kuester provided construction administration and field design modifications. Ed David provided • ;. . , electrical design and construction 11 administration. Client contact:Aaron Hulst,Senior Engineer, City of Gig Harbor,253-853-7620, hulsta(5icityofpi pharbor.net Tofino Marina—Tofino,BC(2018) _. PND provided design of two new fixed piers and floats for a waterfront restaurant and marina.The fixed piers were steel piles and caps with timber superstructures,totaling 4,000 square feet.Colin Kuester was the fr ;° ;,-14 project manager and lead structural designer. Client contact:Andrew Purdey, Owner - 250-612-1622, apurdey@purdeyproup.com 'hi4417: ; a `r • RII ® gyill Page 12 November 21, 2019 Kitsap Transit Annapolis Ferry Dock Upgrade—Port Orchard(2017-Ongoing) PND provided design of a new fixed pier with steel piles, gangway, and ferry dock float, all with grated deck. Colin Kuester provided lead structural design of the fixed pier and assisted with the gangway and float, along with Stephanie Coronado. Ed David provided electrical design. Project is currently entering the construction phase.Total new over-water construction will be over 4,000 square feet. Client contact:Jeff Davidson, Project Manager,360-824-4941,ieffda(@kitsaptransit.corn pppppp �u A1�Al1 w;Afrl lF �® ..,. 9! ding a�":�I��I is It � ks9E,�1 h I ; I - i' • IN � pp uq�xPi I IIIXIIIXIMIVN���YIIIIAIIX II IIIII�l�ipYI IIIIYI IR�.I IIIIX o�;Itl WI tIN II Xm1:I nX OLXI 1 �I AI 1� ul mr ru. I� a L1 IOXI a'Irla aw *¢ i Iplil tlAIX ■r III) AJ I�IIII 4A MIII�,X II IIIAI YII�X IIIp AY�xnl NE uu,M �.SnAn cUna`Y \ IMF[ a� \ NDIME RD LA M_ 9MY� CORY SITE PLAN PaYr �sw,I.AF ann m t- PULW,rn ��m"s oarnc cw ��• la n•.mXA/w rcurmX-Qr ®vw,w,wr.nr °M4y',,yr »nwo Ili' on e�'� nrna ro t ` .ten acm oo r�� i \ III. � s — '" 4.04 `V"g'9H�+c�1': - Syr/j /��\H\CjV'/"` ` • sec-4 \♦ : .. . • ELEVATION �J Bowman Bay Pier—Deception Pass State Park,Anacortes(2017-Ongoing) PND provided inspection _■ArYY16p of an existing timber pier structure. Colin Kuester provided on-site \ � ` inspection and was lead author of the report. *ar �, n .�.A... . , . Washington State Parks then hired PND to design � �. a replacement with steel 5` piles and grating deck. Jon Keiser is currently ........: ... the principal-in-charge and Carl McNabb is the project manager leading design of the replacement pier,with Colin Kuester assisting with structural design.Total fixed-pier square footage is over 4,500 square feet. Client contact:Derek Gustafson, Project Manager,360-755-5262;Derek.Gustafson@parks.wa.gov ® � 111 Page 13 November 21, 2019 Norwegian Point Park Pier—Kitsap County(2019—Ongoing) PND is leading engineering design for a new ADA fishing pier and entry plaza at Norwegian Point County Park for Kitsap County. PND is also assisting with pursuit of RCO grant funding for construction.The work includes design of the overall configuration of the pier and a preliminary Opinion of Probable Construction Costs in RCO format.The design will include new ADA parking spaces,an ADA pathway, and a plaza for picnic tables and benches.A 100-foot-long timber pier formerly occupied the site but has deteriorated to the point where only timber piles now remain. PND will design a new T-shaped fishing pier supported by steel piles totaling approximately 3000 square feet. Phase 1 services include conceptual plans, a macro-vegetation survey,geotechnical investigation report, and display materials for a stakeholder meeting.Jon Keiser is currently principal-in-charge for the project and Carl McNabb is the Project Manager. Colin Kuester provided on-site geotechnical observation and soil sampling and classification. Client contact:Steven Starlund, Kitsap County Parks,360-337-5312,sstarlun(co.kitsap.wa.us /, %# i",5 1,`fie,, ._�. sir 111111F111 I, a VIIMATICEN X 44 amuw. u� U61xW flxMx�� M / •.`..._ I 6CV1p 9 rawp Huntzinger Road Boat Launch, Boarding Float & Fishing Pier—Grant County PUD(2010-2014) PND provided engineering services for design and construction of a new fishing pier and a boat launch with a boarding float on ,��q�SaPea s�s8^§j�f4:..�Mt�7r Huntzinger Road in Kittitas County.This Grant rt •#$ County PUD project is adjacent to Wanapum Dam on the Columbia River.The 600 square- foot fishing ier is constructed of galvanized steel and includes a concrete abutment on shore.The pier met ADA, RCO and SOBA requirements for barrier-free access. PND also " � provided the JARPA drawings and pile driving technical information for use in acquiring permits for the project. In addition, PND provided bid support, construction observation, and fabrication inspection for the project,which was completed in November 2014.Jon Keiser was the principal-in-charge for the project and Carl McNabb was the project manager. Chris Fornace provided structural design. Client contact:Brandon Little, Grant County PUD, Project Manager,509-754-0500, blittle(c-gcpud.orq ® l ® 1 ® Page 14 November 21, 2019 Port of Bandon Fishing Pier—Bandon,Oregon (2019-Ongoing) PND is leading design for a new 164-foot x 12-foot wide fishing pier for the Port of Bandon.The design includes ADA ramps and ADA accessible fishing assess points and low-glare lighting to support accessibility. Work includes the development of final engineering plans, specifications, and construction cost estimate of the fishing pier based on the preliminary design PND developed for permitting. Rian Johnson is the principal-in-charge of the project and is leading structural design. He previously performed a condition inspection in 2018 of the piles within the Port of Bandon marina. Mr.Johnson also led development of the pier concept design. Client contact:Jeff Griffin, Port Manager,541-347-3206,portmanaaerPportofbandon.com ♦ ♦ ' ADA EXISTING RAMP\ WALKWAY LIGHT EMITTING FIBERGLASS APPROX.EL +14' GRATING STRINGERS, TIP. EL+10.0 --'.' (ALLW) ."1 IIII .1x3 • CONCRETE 10.0 3' 'CONCRETE FOOTING PILE CAP CASED CONCRETE AROUND COLUMN BASE, n �� COLUMN THICKNESS VARIES,TW. 111111111 E)IS11NC RUBBLE 3 --._... � DRILL ANCHOR COLUMNS MOUND BREAKWATER INTO EXISTING ARMOR ROCK W/1 1/2'BAR 0 C � � O r-�^�-.., EL O.0 -1 V (-.)r o SCHEDULE Following approval of this proposal by the City of Renton, PND and its subcontractors agree to perform the above-described services and to diligently pursue the project and make every reasonable effort to finish all items in a timely manner.The following is a proposed schedule for the project. PND will refine this schedule based on further discussion with the City. General Notice to Proceed Week of January 6, 2020 Dive Inspection Week of January 20, 2020 Permit Submittal/10%Design Week of February 24, 2020 30% Design Week of May 25, 2020 60% Design Week of September 28, 2020 ® m Page 15 November 21, 2019 90% Design Week of January 25, 2021 Permit Receipt (12 months) Week of February 24, 2021 100% Design Week of April 26, 2021 Bid Opening (4-5 weeks) Week of June 7, 2021 Construction NTP (5 weeks) Week of July 12, 2021 Final Completion &Closeout (approx. 4 months) Week of March 21, 2022 PROJECT FEE We propose to complete this work on a time and materials basis with a not-to-exceed value. PND will use our standard rate schedule to invoice costs for labor. Costs for non-mileage expenses and sub- consultant work will be billed at cost plus 10 percent mark-up.A detailed breakdown of the project fees can be found attached. Task: 01— Dive Survey $48,464 02— North Waterwalk Rehabilitation $143,006 03—Picnic Float Replacement $52,816 04—Permitting&Agency Coordination $41,497 Total Budget (not to exceed) $285,783 We look forward to performing this work for the City. If there are any questions regarding this proposal, please call anytime. Sincerely, PND Engineers, Inc. I Seattle Office Aerk Jon Keiser, P.E. Colin Kuester, P.E. Vice President Senior Engineer Enclosures: 1. Drawing showing proposed design work 2. Resumes of key personnel 3. Proposed fee estimate IC II S JON KEISER, P.E., P.ENG. I Vice President M Project Role: Principal-in-Charge ENGINEERS,INC. Mr. Keiser has 28 years of engineering experience specializing in project management for waterfront redevelopment projects, including parks, marinas, recreational facilities,and marine terminals. His design experience includes condition assessment, structural engineering, marina float layout planning and design, coastal engineering, physical modeling, construction contract administration, fabrication inspection, and construction inspection. Mr. Keiser's marine facility design and permitting projects have included ADA-accessible docks, floats, and gangways; pile replacement; <'h bulkheads; breakwaters; and boat launches. EDUCATION SELECTED RELEVANT PROJECT EXPERIENCE B.S. Civil Ancich Waterfront Park Improvements,Pier Replacement,and Netshed Restoration,Gig Engineering, Harbor,WA. Principal-in-Charge. Led planning and engineering services to the City of Gig University of Harbor for shoreline and upland improvements at Ancich Waterfront Park. Work also Washington included replacement of the existing pile-supported pier with a new overwater structure REGISTRATION and improvements to the historic netshed building on the pier. PND also provided design Professional Civil for replacement of the Jerkovich Pier decking.Construction was completed March 2019. Engineer: Central Marina Floats Project/Waterfront Place Central, Everett, WA. Principal-in- WA#32789,1995; Charge. Leading the project team for planning and design of public infrastructure for a AK,1998;OR,1998; 65-acre mixed-use development at the Port of Everett.Services include design of a new ID,2008;NV,2009; SC,2009;VA,2009; waterfront park, waterfront access paths, sidewalks, utilities, marine structures, MN,2012;IL,2012; roadways, parking, and buildings. The Central Marina Floats portion of the project WV,2013;MS,2013; included floats with anchor piles, utilities, and gangways, completed in July 2019. MD,2013;IN,2013; City Dock Replacement, Bainbridge Island, WA. Principal-in-Charge. Led design for KY,2013. dock replacement and extension of the boat ramp to provide moorage for large dinner- Australia 2010. cruise vessels. Work included replacement of the boat launch boarding floats and Canada-BC,2008;AL, 2008;NL,2010;YT, existing piles and expansion of the floating moorage. PND provided permitting support, 2011. final design documents,and bid support for the project, which was completed in 2018. CERTIFICATION Bowman Bay Pier Replacement, Deception Pass State Park, Fidalgo Island, WA. American Welding Principal-in-Charge. Leading field surveys and development of a concept plan and Society, 1993 program criteria summary for the Bowman Bay Pier replacement for Washington State Parks. Concept alternatives will recommend a range of options for pier materials, footprints/configurations,and uses. Norwegian Point Park Pier Design, Hansville, WA. Principal-in-Charge. Leading engineering design for a new ADA fishing pier and entry plaza at Norwegian Point County Park for Kitsap County. PND is also assisting with pursuit of RCO grant funding for construction.Work includes design of overall configuration of the pier and a preliminary Opinion of Probable Constructions Costs in RCO format. Design will include new ADA parking spaces,ADA pathway, and a plaza. DeKalb Pier Improvements, Port Orchard, WA. Principal-in-Charge. Led design, permitting,and construction support for improvements to the DeKalb recreational pier, floats,and uplands for the City of Port Orchard.PND completed preliminary engineering and phasing, permitting, agency coordination, final design, bid support, and construction administration for two phases of the pier improvements, which included extension of the pier with a 270-foot aluminum catwalk to a 260-foot-long aluminum frame float with 80-foot gangway.The project was completed in 2016. JON KEISER, P.E., P.ENG. I Vice President Page 2 Huntzinger Road Fishing Pier& Public Boat Launch, Grant County,WA. Principal-in-Charge. Led design for a new fishing pier and a boat launch with a boarding float at Huntzinger Road on the Columbia River for Grant County PUD.The project included boarding floats,piles,concrete pad,and steel rails under the new launch float. PND also provided JARPA drawings for permitting for the project,which was completed in 2014. Harper Pier Replacement, Port of Bremerton, Port Orchard,WA. Principal-in-Charge/Project Manager. Led permitting,design,and construction support for the replacement of Harper Pier.The replacement consists of steel ramps with grated, light-penetrating surfaces extending to a 40-foot fishing dock area,with a gangway connecting the pile-supported pier and a float.The project was completed in 2015. Water Street Boat Ramp Rehabilitation, Port Orchard, WA. Principal-in-Charge. Led permitting support, concept development, final design, and bid support for rehabilitation of the Water Street Boat Ramp in downtown Port Orchard for the Port of Bremerton.This heavily used facility includes a 70-foot concrete boat ramp,floats, and float piles.The project was completed in 2013. Lincoln Landing Park Design, Mercer Island, WA. Principal-in-Charge. Leading planning, engineering, and permitting for park and shoreline enhancement at Lincoln Landing park for the City of Mercer Island. The project will remove the existing hard armoring at this Lake Washington site and restore it to a soft shoreline with public access. The work also includes stormwater channel restoration, stormwater management, and landscaping and hardscaping design. Percival Landing E & F Float Improvements, Olympia,WA. Principal-in-Charge. Led engineering services for replacement of the F-Float transient moorage floats and enhancements to the E-Floats at Percival Landing for the City of Olympia.The existing F-Float systems consisted of concrete floats with timber walers,anchored by timber piles.The F-Float replacement included design of new floats,a gangway,and utilities.Services included permitting, design, bid support, and construction administration.The project was completed in 2015. Evergreen Boat Ramp Rehabilitation, Bremerton, WA. Principal-in-Charge. Led engineering services to rehabilitate the boat launch at Evergreen Rotary Park for the Port of Bremerton. The new drive surface includes a combination of pre-cast concrete planks and cast-in-place concrete drive surfaces. The boarding floats are secured by galvanized steel piles driven through internal pile hoops. The aluminum floats were performance engineered and utilize polytub/Styrofoam floatation with fiberglass grating.PND led permitting, agency coordination, and DNR lease coordination. PND also provided bid support, construction administration, and on-site inspections.The project was completed in 2016. Port of Kalama Marina Condition Assessment and Improvements, Kalama, WA. Principal-in-Charge. Led engineering and permitting for improvements to the Port of Kalama Marina. PND initially performed a condition assessment of the marina facilities in 2015.The project included open and covered moorage houses, replacement and expansion of the boat launch floats, and replacement of the marginal float and a transient moorage float.The work also included a feasibility study for adding a new visitor dock connected by a bridge to the transient moorage dock. Construction was completed in December 2018. Boat Haven A & B Redevelopment, Port Townsend, WA. Project Manager. Led a condition assessment at docks A and B to assess the major maintenance and repair items necessary to extend the life of the approximately 40-year-old facility at the Port of Port Townsend. Recommended repair and maintenance work as necessary with estimates of probable costs. PND prepared alternative marina float layout options for both the commercial and recreational basins. Design services included a new timber float system with steel piles, replacement of a timber Travelift pier with steel and concrete pier, and fire, water, and electrical services to the new float system. 12th Street Yacht Basin Development,Port of Everett,WA. Project Manager. Managed planning, design, and construction administration services for development of a new state-of-the-art marina for the Port of Everett. The project developed an existing basin used for log storage into moorage for approx.230 vessels and includes a Travelift pier and boatlift for dry storage. The civil/upland elements also included roads, parking, storm water retention swales, and marina support buildings. COLIN KUESTER, P.E. I Senior Civil Engineer ® N 1 al Project Role: Project Manager/ Lead Structural Designer ENGINEERS,INC. Mr. Kuester has 12 years of experience in the engineering field, primarily focused on design, construction administration,fabrication inspection, and on-site inspection. His design experience includes structural, coastal,Arctic, and geotechnical engineering for III ro ects that include brides,floatin structures docks, pile-su p j g g pported structures, and civil layout. He is an AWS-Certified Welding Inspector and meets the qualifications of an NHI-qualified Program Manager, having taken an NBIS approved comprehensive bridge inspection training class in May 2011. He has provided regular field inspection `,.‘ ? � on the North Slope of Alaska to evaluate safety of over 60 bridge and culvert structures for a private client. His work included evaluation of steel and concrete members and connections, revetments, and slope stability. EDUCATION SELECTED RELEVANT PROJECT EXPERIENCE M.S.Civil Ancich Waterfront Park Improvements,Gig Harbor,WA.Field Engineer.Led construction Engineering,2007, administration as owner's representative from 2017-2019, including construction University of inspection, construction communication, documentation, pay requests, weld inspection, Washington and field design changes. Project included two new over-water fixed-pier structures, B.S.Civil shoring, precast and cast-in-place concrete site walls, a steel-framed boat storage Engineering,2004 building, restoration of an historic timber netshed structure, and site utilities including University of electrical, water, fire standpipes, and on-site stormwater retention. All on a half-acre Washington waterfront site,the design was very detail-intensive and required frequent on-site design Foreign Study, modifications and issuance of new design details. Client was the City of Gig Harbor, Coastal Engineering, working closely in conjunction with the Parks and Public Works departments. 2007, Norwegian University of Bainbridge Island City Dock Improvements,Bainbridge Island,WA.Field Engineer. Led Science and construction oversight from 2017-2018 for installation of a new multi-use floating dock Technology that includes a boat ramp and boarding floats, public transient moorage, a low- freeboard non-motorized launch, and a secured area for concession and police boat REGISTRATION moorage. Work included construction inspection, pile-driving inspection, construction Professional Civil communication, and design of field changes. Client was the City of Bainbridge Island, Engineer: Washington# working with the Public Works and Engineering Departments. 48827,2011 Baffinland Iron Mines Ore Dock Design-Build, Nunavut, Canada. Project Manager. Led structural design team for Milne Inlet Ore Dock facility to accommodate large ore CERTIFICATION carrier ships. Work included concept development; value engineering to new Certified Welding materials; design calculations and drawings; fabrication inspection across Canada; Inspector,2010 management of quality control program; and on-site quality control. NBI Bridge Inspector,2011 Tofino Marina, Tofino, BC. Project Manager, Design Engineer. Led design of two steel pile and timber deck docks and associated gangway ramp and floats. Docks accommodate pedestrian live loads for restaurant and other public assembly purposes. Kitsap Transit Annapolis Dock,Port Orchard,WA.Design Engineer. Designed steel pile dock with grating deck for a passenger ferry dock. Dock provides access to a transfer ramp and floating ferry moorage. Washington State Parks Marine Facilities Condition Assessment.Field Engineer.Provided inspection of existing timber pier and float facilities for Washington State Parks. PND evaluated the structures for continued safe use and identified immediate and future improvements needed.The sites included Fort Casey;Sequim Bay;Joemma Beach; and Bowman Bay Pier and Sharpe Cove at Deception Pass State Park. The results of the assessment were presented in a Facilities Condition Assessment Report in 2017. RIAN JOHNSON, P.E., S.E., P.ENG. I PRINCIPAL,SENIOR ENGINEER ® I D Project Role: Principal Structural Engineer ENGINEERS,INC. Mr. Johnson is a structural engineer specializing in marine construction, design, engineering,and administration. He has 18 years of experience in various areas of the engineering industry, including engineering consulting and public works. His recent work includes project management, on-site construction administration, marine 401 facility design, deep foundations analysis, and project management. Specialized skills include structural analysis and design, weld and pile driving inspection, and contract administration. He has worked on all aspects of engineering for ports, harbors, marine facilities, bridges, roadways, utilities, and temporary works projects. Mr. Johnson's recent projects have given him extensive working knowledge of applicable design and construction codes, including PIANC,AASHTO,ASCE, and USACE design guidelines. EDUCATION SELECTED RELEVANT PROJECT EXPERIENCE B.S.Civil Port of Bandon Fishing Pier,Bandon,OR.Principal-in-Charge.Leading design for a new Engineering, 164-foot x 12-foot wide fishing pier for the Port of Bandon. The design includes ADA University of ramps and ADA accessible fishing assess points and low-glare lighting to support Washington,2001 M.S.,Civil accessibility. Work includes the development of final engineering plans, specifications, Engineering, and construction cost estimate of the fishing pier based on the preliminary design PND Stanford University, developed for permitting. 2008 Downtown Juneau Cruise Ship Berths, Juneau, AK. Marine Structures Design Lead REGISTRATION Provided structural design and analysis for the Port of Juneau's new downtown cruise P.E.,S.E.California ship facility. The cruise ship facility will have two large ship berths comprised of large C 87081,S 6598 concrete floating pontoons, berthing and mooring dolphins, and transfer bridges for P.E. Florida passenger and vehicle access. 83553 Port of Galveston Cruise Terminal 1 Upgrades, Galveston,TX. Project Manager. Led P.E.Georgia structural design for facility upgrades to Cruise Terminal 1.The upgrades were a part of 041915 the Port's fast-track program to upgrade the facility to berth a new Carnival Vista-class P.E. Louisiana 40097 cruise vessel.Upgrades included a new,high-capacity mooring dolphin fitted with three S.E. Massachusetts 150-ton bollards. The upgrades also included an extension of the existing pier to 54352 provide provisioning access from the terminal wharf to the new vessel. P.E.,S.E. Nanaimo Cruise Terminal, Nanaimo, B.C., Canada. Project Manager. Coordinated the Washington structural design for the pontoon mooring dolphins, 130-foot vehicle transfer bridge,and 42785 120-foot-long gangway at the cruise terminal.Also assembled performance specification P.Eng. British Columbia for the 350-foot by 50-foot floating concrete pontoon dock and the incorporated mooring 201867 system. In addition, Mr. Johnson provided construction administration and fabrication oversight of the pontoon,transfer bridge,gangway,and dolphins. Ketchikan Port Berth Reconfiguration, Ketchikan, AK. Project Engineer/Resident Engineer. Provided the city of Ketchikan with construction administration, on-site inspection, and construction engineering for the port reconfiguration project during preconstruction and construction phases of the project. Also coordinated in-water sound monitoring efforts during pile driving. Additionally, performed the structural analysis for the 175-ton deep-water mooring dolphins for the city's cruise ship terminal. Ocean Gate Multimodal Terminal, Portland, ME. Structural Designer. Phased improvements to this 16-acre site included an integrated marine terminal and transportation facility that incorporated the infrastructure needs of cruise ships,as well as international ferry service, local ferry service, high-speed ferry service, and public access.Mr.Johnson provided design for new ferry berthing facilities and the cruise pier. CARL McNABB, PE I Senior Civil Engineer III El El Project Role: Lead Civil Engineer ENGINEERS,INC. ;,14,4 Mr. McNabb is a senior civil engineer at PND with 30 years of experience in project management, permitting, and design of marine structures and upland facilities. He also orb provides construction supervision and construction administration services. His 1. waterfront projects include docks, floats, piers, boat ramps, and bulkheads at marinas, boat launches,and recreational facilities.He also provides site civil engineering for utilities, storm water detention facilities,parking lots,and drainage.In addition,his abilities include geotechnical design applied to retaining wall designs and pile-supported structures. Mr. McNabb also provides engineering support for OPEN CELL'' bulkhead projects across the U.S. and internationally. EDUCATION SELECTED PROJECT EXPERIENCE B.S.,Civil Bowman Bay Pier Replacement, Deception Pass State Park, Whidbey Island, WA. Engineering, 1989, Project Manager. Leading field surveys and development of a concept plan and program Seattle University criteria summary for the Bowman Bay Pier replacement for Washington State Parks. REGISTRATION Concept alternatives will recommend a range of options for pier materials, footprints/configurations, and uses. Civil Engineer, Washington, 1995 Ancich Waterfront Park Improvements, Pier Replacement, and Netshed Restoration, Gig Harbor, WA. Lead Civil Engineer. Provided civil design services to the City of Gig CERTIFICATION Harbor for upland improvements at the park,including new walkways,stabilizing 120 LF Certified Welding of shoreline with concrete bulkheads, re-grading, hardscaping, and stormwater design. Inspector(CWI), The project included replacement of the existing pile-supported pier with a new American Welding overwater structure and improvements to the historic netshed building on the pier. Society Construction was completed March 2019. Norwegian Point Park Pier Design, Hansville, WA. Project Manager. Leading engineering design for a new ADA fishing pier and entry plaza at Norwegian Point County Park for Kitsap County. PND is also assisting with pursuit of RCO grant funding for construction.Work includes design of overall configuration of the pier and a preliminary Opinion of Probable Constructions Costs in RCO format.The design will include new ADA parking spaces, an ADA pathway, and a plaza for picnic tables and benches. Waterfront Place Central,Everett,WA.Civil Engineer.Providing site civil engineering for design of public infrastructure for a planned 65-acre mixed-use waterfront development at the Port of Everett. PND's project tasks include planning and design for a new waterfront park, sidewalks, the entire utilities infrastructure, marine structures, roadways, parking, and buildings. Carl designed the fire sprinkler system for the new Seiner Wharf,as well as utilities in the upland area and for the marina floats. DeKalb Pier and Streetscape Improvements,Port Orchard,WA. Project Manager. Led design and permitting for improvements to the DeKalb pier, floats, and streetscape for the City of Port Orchard. PND provided preliminary engineering and phasing, permitting, agency coordination, final design, bid support, and construction administration for two phases of grant-funded pier improvements. The improvements included a reconfigured pier approach with an ADA-compliant ramp; pier extension with a 270 ft aluminum catwalk; and a 260 ft aluminum frame float with 80 ft gangway,completed in 2016. City Dock Renovations,Bainbridge Island,WA.Lead Civil Engineer. Provided design and construction support fora new boat launch boarding float,extension of the launch ramp, and expansion of the floating moorage. PND provided permitting support, final design documents, and bid support for the project,which was completed in June 2018. CARL MCNABB, PE I Senior Civil Engineer Page 2 Harper Pier Replacement, Port Orchard,WA. Project Engineer. Provided engineering design for replacement of Harper Pier for the Port of Bremerton.The replacement consists of steel ramps with grated, light-penetrating surfaces extending to a 40-foot fishing dock area,with a gangway connecting the pile-supported pier and a float. PND also provided construction management services for the project, completed in 2015. Water Street Boat Ramp Rehabilitation, Port Orchard,WA. Project Manager. Led permitting support, concept development, final design, and bid support for rehabilitation of the Water Street Boat Ramp in downtown Port Orchard for the Port of Bremerton. This heavily used facility includes a 70-foot concrete boat ramp, floats, and float piles.The project was completed in 2013. Huntzinger Road Fishing Pier&Public Boat Launch,Grant County,WA. Project Manager. Led design for a new fishing pier and a boat launch with a boarding float at Huntzinger Road on the Columbia River for Grant County PUD. The project included boarding floats, piles, concrete pad, and steel rails under the new launch float. PND also provided JARPA drawings for permitting for the project,which was completed in 2014. Desert Aire Boat Haven and Breakwater, Priest Rapids Recreation Area, Grant County, WA. Project Manager. Led design of upgraded waterfront recreation facilities serving the Desert Aire community at the Priest Rapids Recreation Area on the Columbia River. The facilities include an enlarged and deepened boat basin with a wider boat launch and two new floating docks, all sheltered by a 200-foot-long rubble mound (rock)breakwater.Services included assistance with permitting and construction inspection.Construction was completed in 2013. Port of Friday Harbor Marina D,G&H Docks, Friday Harbor,WA. Lead Civil Engineer. Providing civil design for improvements to D, G & H Docks at the Port of Friday Harbor. Services include engineering for replacement of walers and service pedestals. Port of Newport Small Boat Dock,Newport,OR.Project Manager. Led design of a boarding float for the new NOAA Marine Operations Center at the Port of Newport, Oregon. The 225-foot-long dock is intended for 40- foot-long research vessels,and is situated in the tidally influenced estuary of the Yaquina River two miles from the Pacific Ocean. PND designed the float with HDPE pipe pontoons supporting a timber frame and grating that is both ADA compliant and 60%light penetrating. The float was fabricated by Ferguson Industrial Plastics to whom PND provided engineering services.The project was completed in 2012. Wenatchee Riverfront Moorage,WA. Project Manager. Led the City of Wenatchee's Day-Use Moorage project on the Columbia River.The project consisted of a 160-foot floating dock,two gangways,and rock-socketed piles, and included regrading and enlarging the asphalt parking lot for additional boat trailers.Also provided support in obtaining federal and state permits.The project was completed in 2009. Port of Kalama Marina Condition Assessment and Improvements, Kalama,WA. Project Engineer. Providing civil design for repairs and improvements to the Port of Ka lama Marina.The project includes open and covered moorage houses, replacement and expansion of the boat launch floats,and replacement of the marginal float and a transient moorage float. The work also includes a feasibility study for adding a new visitor dock connected by a bridge to the transient moorage dock. Design was completed in 2017 and the project is currently under construction. Dockton Boat Launch,Vashon Island,WA.Project Manager.Assisted in managing the replacement of a boarding ramp beside a tidewater boat launch for this King County project. Provided PS&E, floatation design, and construction inspection. First Avenue South Boat Launch,Seattle,WA. Project Manager. Led the repair of an existing eroding boat ramp on the Duwamish River. Responsibilities included oversight of obtaining federal and state permits, as well as assistance to the City of Seattle with construction administration. I=� a� • 411 SPENCER SMITH Project Manager GLOBAL a AMR company Mr. Smith is a talented field engineer and estimator with a proven track record of success in project management, operations and subcontractor administration. He has demonstrated strong abilities in handling multiple projects simultaneously, meeting tight deadlines and working in a fast-paced environment.A decorated Navy veteran, Mr. Smith has extensive commercial diving experience in both the military and private sector, including work with the US Department of Defense. He excels as a team leader, possessing a comprehensive background in project coordination working on diving and ROV projects in the US,American Samoa and around the world. Mr. Smith has been a valuable asset to Global's team,showing a strong worth ethic, committment to client satisfaction and dedication to safety. EMPLOYMENT HISTORY RELEVANT EXPERIENCE Global Diving&Salvage, Inc. Harvest Caye Pile Wrap& Maintenance Project Manager Field Engineer/Project Manager(2017 Placencia,Belize Present) Global was awarded the contract to inspect and wrap 113 steel piles on the Associated Underwater Services Norwegian Cruise Line(NCL)docking pier on the island of Harvest Caye in Belize. Diver/Operations Manager(2013- Working around the active cruise ship schedule,the divers first performed a Level 1 2017) inspection on 100%of the piles;the divers also performed a Level 2 inspection on 13 AUTEC Services Andros Island of the piles,and a Level 3 inspection on 7 of the piles.Once the piles were inspected, Diver/Dive Supervisor(2013) the divers cleaned and wrapped all 113 piles using the Denso 2000HD Series soft pile wraps.The project was completed safely and to the owner's satisfaction. United States Navy Special Operations Corpsman (1998- Subsea Cable Installation Project Manager 2002, 2007-2012) Jacksonville,FL Global provided all diving and ROV work for a subsea cabling project off the coast of Florida.The team secured all dive and ROV equipment aboard a Dynamic Positioning Ship(DP2). Using surface-supplied air and Heliox,the divers worked at depths ranging from 45'to 215' FSW.Tasks involved locating and recovering an existing cable system,making modifications,and redeploying the system.Approximately 250 grout bags were positioned on the seafloor around an exposed section of cable and secured with rebar pins.The Falcon ROV was used for precise positioning and observation,working in tandem with the divers. Port of Bellingham Pile Wrap Repair Project Manager EDUCATION & TRAINING Bellingham, WA Teams installed the Denso SeaShield pilewrap system on 39 timber piles at the Port. Firewalls and direct current anodes required relocation in order to complete the Divers Institute of Technology work. Divers and topside crews worked to wrap the fiberglass jackets around the 40- Commercial Diving(2012) foot tall piles from below the mudline to the pile cap,then filled with epoxy. Diver Medic Training Port Gamble Outfall Removal Project Manager Port Gamble, WA ADCI Mixed-Gas Diver Global removed a decommissioned marine outfall within an intertidal zone and DAN AED, First Aid, CPR, BLS, BBP protected eelgrass beds. Utilizing a deck crane and mini-excavator,the outfall pipeline and diffuser sections were lifted and placed on the deck of Global's Prudhoe ISNetworld ID Bay,then transferred to a materials barge anchored offshore for proper disposal. Using the Prudhoe Bay's landing craft ability,the vessel was"stranded"as the tide Hazwoper - 8 hr initial,8 hr refreshes went out,allowing crews to work through the tide cycles and perform part of the removal in the dry.The project was finished on budget and ahead of schedule. Concrete Pier Repairs Project Manager Seattle, WA Crews performed a variety of repairs and improvements to the pier beneath a large multi-family structure, including repairing cracked and damaged concrete.Tasks included grinding,concrete cutting, burning, hand-packing concrete,form work,and sealing the repairs with epoxy. QuakeWrap's Fiber Reinforced Polymer(FRP)was applied over multiple beams,then painted with UV-resistant paint once the wrap was cured. FRP was also used to seal and protect several repaired concrete caps. Global Diving I www.gdiving.com City of Renton Coulon Park North Waterwalk Rehabilitation Page 1 JOE CALLAGHAN, PWS !PRINCIPAL ENVIRONMENTAL SCIENTIST Education M.S., Environmental Science,Washington State University B.S., Environmental Science,Washington State University B.S. Biology,Washington State University Certification SSI Certified SCUBA Diver Professional Wetland Scientist Experience Joe provides a focus on project permitting and habitat restoration associated with aquatic systems.Specifically, he has worked on many multi-disciplinary teams preparing federal permit documents, Endangered Species Act consultations, Environmental Impact Statements, Environmental Assessments and other SEPA and NEPA documents.Joe is an accomplished biologist who has completed a wide range of projects including assessments and baseline habitat documentation, wetland delineations, mitigation planning, and restoration planning for wetlands,streams and near-shore environments.Joe has used his proficiency in bio-design to create mitigation and restoration plans for wetland, marine shoreline and riparian habitats. His knowledge of natural system dynamics perpetuates successful project designs. Joe brings hands-on construction experience to the GeoEngineers team with more than five years of commercial and residential construction experience. His knowledge of construction practices,permitting and sensitive area treatments is a valuable asset to his projects. Project Experience City of Renton Public Works Department,Cedar River Maintenance Dredging;Renton,Washington GeoEngineers provided environmental assessment, environmental evaluation and permitting services for this high-profile river maintenance dredging flood control project. GeoEngineers managed the baseline habitat assessment and mapping; sediment characterization; federal, state and local permitting; mitigation design; permit negotiation with regulatory agencies and tribes; public outreach; and geotechnical engineering. Joe worked with city engineers and regulatory personnel from multiple agencies to negotiate project-specific work windows and water quality criteria.Permits for this project included SEPA,NEPA,HPA,Clean Water Act,Shoreline, ESA and local permits. Metropolitan Park District of Tacoma,Wapato Lake Park Dock Replacement;Tacoma,Washington Joe served as Principal supporting the prime consultant and Metro Parks Tacoma on this maintenance/upgrade project needed to provide continued public access to this large wetland urban park in Tacoma. GeoEngineers staff completed a baseline assessment of the lake and associated lake-fringe wetland habitat,developed permit application materials,and submitted permit applications on behalf of Metro Parks. Environmental permitting for the project was completed several months ahead of schedule,which allowed Metro Parks and the design team to proceed with final design and bid documents well in advance of the anticipated construction dates. Port of Bremerton,Annapolis Pier Ferry Dock Upgrade;Port Orchard,Washington GeoEngineers worked with Kitsap Transit to permit improvements to the Annapolis Ferry Dock to provide American Disabilities Act (ADA) accessibility to the ferry service during a broad range of tidal conditions.GeoEngineers served as the lead editor and provided final QC for the environmental permitting documents as well as provided Kitsap Transit with long-term project strategy. GEOENGINEERS2 HARBOR POWER ENGINEERS, INC. MCTPiCAI ENG.NEFRING FOR COASTAL&WAIFRFRONi Mk illTh t Ed David, P.E. �tF ". Principal/Senior Electrical Engineer y f Ed has over 30 years of applied electrical engineering,project management and design experience,specializing in electrical power — system design for marine and port facilities.He has designed over 200 projects involving piers,wharfs,docks,dry-docks,waterfront buildings,and boat/shipyards; including power systems design for complete marinas. As a specialist Ed has an in depth understanding of Port of Umm Qasr,Iraq—Piers 1&2 the systems unique to this industry,including shore power/cold ironing,high mast lighting systems,boat ramps,and launch facilities. ,..2•Jamc Clients appreciate Ed's enthusiasm,clarity in communications,and _ pro-active management style. Relevant Project Experience: • Port of Bremerton-Harper Pier Replacement, Harper,WA • Port of Bremerton-Platform Float Replcmt,Port Orchard,WA Port of Everett—12th Street Marina • Port of Port Angeles-Boathaven Redev.,Port Angeles Washington • Port of Grays Harbor Boatyard,Westport,Washington • Port of Bellingham-Gate 3 Expansion; Bellingham,Washington • Tacoma Old Town Dock Reconstruction;Tacoma,Washington • Clover Island Marina; Kennewick,Washington • Port of Olympia A Dock Replacement; Olympia,Washington • Port of Anacortes West Basin Redevelopment;Anacortes,WA A Iv • Port of Anacortes Fuel Dock Replacement;Anacortes,Washington • Port of Longview Berth 5 Dolphin Replacement; Longview,WA Port of Port Angeles—Boathaven • Langley Harbor Redevelopment; Langley,Washington • Port Townsend Boathaven Docks A&B; Port Townsend,WA Education: • Port of Seattle-Terminal 91 Passenger Boarding Sys; Seattle,WA Electrical Engineering,CCAF • Oak Harbor Marina Redevelopment; Oak Harbor,Washington University of Maryland • Waterfront Place,Everett,Washington • POE Central Marina Improvements,Everett,Washington Registration: • POE Marina District Electrical Infrastructure,Everett,Washington Electrical PE—Alaska,California • 13th Street Underground Utilities, Everett,Washington Oregon,Washington,Guam • POE Everett Shipyard Bulkhead Replacement, Everett,Washington • POE Guest Moorage Project,Everett,Washington Professional Affiliations: • 12th Street Marina Development,Everett,Washington Institute of Electrical&Electronic • POE Craftsman District Boatyard Phases 1&2, Everett,Washington Engineers(IEEE) • 12th Street Basin South Esplanade,Everett,Washington American Boat and Yacht Council • POE 10th Street Marine Park Improvements, Everett,Washington (ABYC) • Port of Edmonds Marina Reconstruction; Edmonds,Washington www.harborpower.net 815 FIRST AVENUE,NO 343,SEATTLE,WA 98104 TEL 206 855 4600 9630 BRUCEVIl1E RD.,SUITE 106,EtK GROVE,CA 95757 TEl 916.242.9250 1 t 0 c c o a rtV. o F p w p y p w H w Q. a N 000 000 8 000 b O N Or en O 7 en e cr�0 en b M M N Mri y M f� .. 69 69 Vi ti en 1 t T k OK eae�.. N N M ? aW 2 . V) p p p p pw p a pN pp p p p p p p p 88 888 8p OO ppp O V F.,2 NOW gBC On 888 O 8g 8.Or .. 900 b N e N V N 8 000 �O�O d r r�G.Opp O�;D M t4�f r b 0 «ci NI N O N op�D O 0N0 y y0 a M n o0 1 V f� 0¢ Cy Vi Vf K `+K 2 4 Vi N N O N ? 00 v;V P N U O` On. O O O CA'M N 00 pp 6 U ..� V)Vi 1� N N N VI Vj O� % ° Vf Vi VI 4 r j O+N M T 00_ 'T at. ..K V)V)V)N y W V] fA VI VI V) c9 N VI I Tg c ^ el h m v PI n 8 i 3 3 e E. enx el rn as `� `? ae va o —oo--oo —.o V) N p� _ r W-.. W-N co .N.W O O O 8 OM r c O O O .�1- ° 0 0 8 O O C o O O",K 409 K H K 8 °0 a N k 8 O O O O O ^� e. — N N R N N Q 1 p'u C C o C .p y W 0 0 _ _ _ o 0 x • n W E•y C 11 N 0 C O v G P W N x W a O `� � OCO •K8 t ! - � N aaaaaaaaaa �+.,; V3 n W W W W W W W W W O n i . o 0 o m ,. C O O {, T R Q V C x D_ ,C,r Y T O S m N M g VO1 g g N M r. W O]d v Jy _ ,5 N c F F E F F CO g U yy N k I C aV e°e 3 0 5 o et g m o a y JI III e . c e v c U W rn. w a c eo Nor .E u c E Z a z z y U y To a Co el W c 00- ' ti 11 . a3i e W C W m �pqq c a E r a OC c g a e 6 a .a 51 d y 55 A y d 45 0 a m .d 0. ::"e 3 :: m g E y 9 °° « Q o-8 a I m>$ Q '� o ° Q z a '�° a1 a+ o °v c o = €a I. m s v r E....74.« 0...r O a C7 (7 OF Q ia�m 0 , a`wUA Zara F _o'48ina6i'il4m F I-"' rr7+ M M M B `77 O E Z_ Q m N N Q m U Q A N a n M M i Zw a. z W F Z O^ N OM 7 C! — N en R 2 O.N R 0 7W( m F. ROI * ENGINEERS,INC. PND ENGINEERS,INC. STANDARD RATE SCHEDULE EFFECTIVE NOVEMBER 2018 Professional: Senior Engineer VII $195.00 Senior Engineer VI $180.00 Senior Engineer V $160.00 Senior Engineer IV $150.00 Senior Engineer III $140.00 Senior Engineer II $130.00 Senior Engineer I $120.00 Staff Engineer V $115.00 Staff Engineer IV $110.00 Staff Engineer III $105.00 Staff Engineer II $95.00 Staff Engineer I $90.00 Environmental Scientist VI $170.00 Environmental Scientist V $155.00 Environmental Scientist IV $140.00 Environmental Scientist III $125.00 Environmental Scientist II $110.00 Environmental Scientist I $95.00 GIS Specialist $95.00 Surveyors: Senior Land Surveyor III $125.00 Senior Land Surveyor II $115.00 Senior Land Surveyor I $105.00 Technicians: Technician VI $130.00 Technician V $115.00 Technician IV $95.00 Technician III $85.00 Technician II $75.00 Technician I $50.00 CAD Designer VI $115.00 CAD Designer V $105.00 CAD Designer IV $90.00 CAD Designer III $75.00