Loading...
HomeMy WebLinkAboutPK08-078 - Original - Geomatrix - Site Assessment 1118 Central - 5/12/08 Records M "'',1"tem-T , �,a. .� r e`n KENO ?' Document W A S N I N G T O N ' "�, CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact City Clerks Office. Vendor Name: ec) 4 Y Vendor umber: JD Edwards Number Contract Number: �'- O This is assigned by Deputy City Clerk Description: oP k C,- S Vt U D Vt ILL vt -�c� Detail: <,� -e S 5 P S irn f. V" 1119 aen-- �a I 6c) E Project Name: Contract Effective Date: Termination Date: Contract Renewal Notice (Days): -3 o —0 S Number of days required notice for termination or renewa or aml ndment Contract Manager//���Av-�-`f �' �"� S Department: a `� ks I Abstract: i I S Public\RecordsMonagement\Forms\ConiroctCover\ADCL7832 07102 • KENT WASHINGTON GOODS & SERVICES AGREE ENT between the City of Kent nd Geomatrix THIS AGREEMENT is made by and between the City of ent, a Washington municipal corporation (hereinafter the "City"), and Geomatrix organized under the laws of the State of California, located and doing business at 600 University Street Suite 1020, Seattle, Wa. 98101, phone 206-342-1760, Kathleen Goodman (hereinafter the "Vendo AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Perform a Phase I Environmental Site Assessment of the roperty located at 1118 Central Avenue South in Kent, King County, Washingt n. The City of Kent is considering acquiring the site to establish a parking lot fo the adjacent municipal corrections facility. This is in accordance with the propos I dated April 24, 2008, which is attached and incorporated as Exhibit A. Subject t a signed purchase and sale agreement. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date f this Agreement, Vendor shall complete the work and provide all goods, materials, and services within 60 days. III. COMPENSATION. The City shall pay the Vendor a amount not to exceed $5,014, including applicable Washington State Sales Tax, for the gloods, materials, and services contemplated in this Agreement. The City shall pay the Vendor he following amounts according to the following schedule: GOODS &SERVICES AGREEMENT - 1 (Under$10,000.00, including WSST) Vendor will invoice only for the actual expenses and numbed of hours expended on the project ans will not exceed the estimated budge without City's prior authorization. If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from rre d y otp er sources, and Vendor shall be liable to the City for any additional costs incu the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price spe ified above. The City further reserves its right to deduct these additional cos s incurred to complete this Agreement with other sources, from any and all amo nts due or to become due the Vendor. B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXClitend T THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties that an Independent Contractor-Employer Relationship will be created by this Agreeme t and that the Vendor has the ability to control and direct the performance and details of its ork, the City being interested only in the results obtained under this Agreement. V. TERMINATION. Either party may terminate thi Agreement, with or without cause, upon providing the other party thirty (30) days written n tice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of his Agreement. If the Vendor determines, for any reason, that an amendment is necessary, endor must submit a written amendment request to the person listed in the notice provisi n section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested chan e. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good fai h, to reach agreement with the Vendor on all equitable adjustments. However, if the parties ar unable to agree, the City will determine the equitable adjustment as it deems appropriate. Th Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If he Vendor fails to require an amendment within the time allowed, the Vendor waives its righ to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the GOODS & SERVICES AGREEMENT - 2 (Under$10,000.00, including WSST) Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damage, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOT FICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOL TE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE ACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that su port the claim; 4. The estimated dollar cost, if any, of th claimed work and how that estimate was determined; and 5. An analysis of the progress schedule sh wing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to thle claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. GOODS & SERVICES AGREEMENT - 3 (Under$10,000.00, including WSST) D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By ailing to follow the procedures of this section, the Vendor completely waives any laims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part o the goods are repaired, only original replacement parts shall be used—rebuilt or used parts ill not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to �erform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, indem�nnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS GOODS & SERVICES AGREEMENT - 4 (Under$10,000.00, including WSST) INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expir tion or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employe s, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vend r shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and ecyclable products whenever practicable. A price preference may be available for any designat d recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washin ton. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph hall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this greement shall be sent to the parties at the addresses listed on the signature page of the Ag eement, unless notified to the contrary. Any written notice hereunder shall become effective th ee (3) business days after the date of mailing by registered or certified mail, and shall be dee ed sufficiently given if sent to the addressee at the address stated in this Agreement or s ch other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by ither party without the written consent of the non-assigning party shall be void. If the non-assi ning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. GOODS & SERVICES AGREEMENT - 5 (Under$10,000.00, including WSST) F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entire Agreement. The written provisions and term of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not b effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement,, which shall become effective on the last date entered below. VENDOR: CITY OF KENT: By: By: _ \C!T- (signXure) (signature) Print e: Cti mm�, Print e: Jeff Watling Its: l� Its: Director of Parks ie) 12 0$ DATE: 0�0 of' DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Kathleen Goodman, LG, LHg Charlie Lindsey, Superintendent of Facilities Geomatrix Consultants, Inc. City of Kent 600 University Street, Suite 1020 220 Fourth Avenue South Seattle, Wa. 98101 Kent, WA 98032 206-342-1760 (telephone) (253) 856-5081 (telephone) 206-342-1761 (facsimile) (253) 856-6080 (facsimile) geomatnx 1118centralayso GOODS & SERVICES AGREEMENT - 6 (Under$10,000.00, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's a ual employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commit ent as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referencec above. Dated this day of , 2003�. By: For: Title: U Date: n�?Jaj-, g� ao 0 EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who illfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agr ement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, end suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIAN E STATEMENT This form shall be filled out AFTER COMPLETION of this project y the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-menti ned company was the prime contractor for the Agreement known as that wa entered into on the (date) , between the firm I repr sent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent qual Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 200 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 Geomatrix April 24, 2008 Mr. Charlie Lindsey City of Kent Public Works 220 Fourth Avenue South Kent, Washington 98032 Subject: Proposal for Phase I Environmental Site Assess ent 1118 Central Avenue South Kent, Washington 98032 Dear Mr. Lindsey: At your request, Geomatrix Consultants, Inc. (Geomatrix), has prepared this proposal for the City of Kent (City)to perform a Phase I Environmental Site Assessment(ESA)of the property located at 1118 Central Avenue South in Kent, King Co ' ty, Washington(subject property). It is our understanding the City is considering acquiri the site to establish a parking lot for the adjacent municipal corrections facility. We understan the City wishes to perform a Phase I ESA to assess potential environmental issues associated 'th the site. The specific tasks within our scope of services are presented below. Site Description Based on information provided by the City, we understand the sit consists of one rectangular 8,500 square foot tax parcel occupied by a vacant house. The 1,1 square foot house was constructed in 1913. The King County website shows that the sit was most currently heated by natural gas, and the City thinks there might be an underground re iidential heating oil tank at the site that was formerly used to heat the residence. I During the course of performing the Phase I ESA, if observation indicate that a Phase II investigation is required to evaluate the nature and extent of potential soil and/or groundwater contamination, Geomatrix will discuss a scope of the work with the City. A Phase II investigation scope of work and budget will be provided at the ty's request. If indicated and approved by the City, the Phase I findings will be combined withthe Phase II findings. Mr. Charlie Lindsey City of Kent Public Works April 24, 2008 Page 2 Scope of Services The Phase I ESA will be conducted in accordance with the U.S. E vironmental Protection Agency(EPA)All Appropriate Inquiries (AAI) Final Rulel,whic became effective on November 1, 2006, and the ASTM International (ASTM) Standard E1527-05. The objective of the Phase I ESA will be to compile and review a ailable information about activities at the site and immediate vicinity that may have affecte soil or groundwater conditions at the site. The Phase I ESA will include historical records revie , site reconnaissance, interviews with the current property owners and/or occupants, re latory agency records review, and data evaluation and reporting. Brief descriptions of subtasks included in the Phase I ESA are pr vided below. Historical Records Review We will review readily available records of past and present use f the site and nearby facilities to assess potential environmental impairment. This information *11 be obtained from sources such as Sanborn Fire Insurance maps, if available;building, fire, d/or health department files; historical city directory files; historical topographic maps; and hi torical aerial photographs. In addition, if provided by the City, Geomatrix will review title records for the subject property. Site Reconnaissance Geomatrix will visit the site to observe general conditions and at djacent properties as they relate to potential environmental impacts at the site. During site econnaissance,photographs will be taken of on-site and off-site features suspected as potenti 11 sources of soil and/or groundwater impairment, if such features are observed. Our reco aissance will include the interior of the on-site buildings, if access is provided during our econnaissance. In addition, visual observation of adjacent properties will be made from the s bject property or public areas. 1 The all appropriate inquires requirements are applicable to any public or private par who may potentially claim protection from Comprehensive Environmental Response,Compensation,and Liability Act(C RCLA)liability as an innocent landowner,a bona fide prospective purchaser,or a contiguous property(CERCLA§ection 101(35)). In addition,parties receiving grants to conduct characterizations or assessments of brownfields properti s under EPA's Brownfields Grant program must conduct the property characterization and assessment in compliance ith the all appropriate inquiries requirements. C:\Documents and Settings\clindsey\Local Settings\Temporary Internet Files\0L1,53 \Phase 1 Proposal v2.doc Mr. Charlie Lindsey City of Kent Public Works April 24, 2008 Page 3 Interviews with Property Owners and/or Occu ants It is our understanding that a representative of the City will contact current, and possibly past, property owners and/or occupants to facilitate interviews with Geomatrix personnel. Existing and past uses of the subject property will be discussed with persons interviewed. Regulatory Agency Records Review A regulatory agency file review will be performed to obtain information pertaining to environmental investigations and chemical handling on or near the subject property. Prior to performing the review,we will retain the services of a commercial database firm that maintains a listing of publicly documented facilities with environmental isst es. Using information obtained from the database search, we will review regulatory agency fileE for facilities that appear to have a significant potential to impact soil or groundwater at the site. F1les will not be reviewed for facilities that the commercial database report indicates have been closed by regulatory agencies and do not appear to have significant potential to have impacted the subject property. Data Evaluation and Report Preparation Geomatrix will evaluate the data obtained during the Phase I ES and will provide a verbal briefing followed by a written report that summarizes data obtained and our interpretation thereof. Recommendations for additional assessment or remedial activities, if appropriate, will be discussed with you and included in our report or cover letter if desired. Geomatrix will provide you with a draft copy of the report for review and comment prior to finalization. Considerations Beyond Scope The Phase I services provided by Geomatrix will not include a t tle search or identification of all previous site tenants; collection and chemical analysis of sampl s; or an evaluation of seismic or geotechnical characteristics. In addition, other non-scope consi erations, such as industrial hygiene, regulatory compliance, geotechnical engineering(slope stability and liquefaction) and cultural/historical/ecological resources listed in Section 13.1.5 of ASTM E1527-05 will not be addressed in the Phase I ESA. If the City requires assistance in these matters, we can provide an additional scope of services and cost estimate. AAI and ASTM Standard E1527-05 also require the City to con3ider the relationship between the purchase price of the subject property to its fair market value. An evaluation of this relationship will not be performed by Geomatrix; however,this Information can be summarized in the Phase I ESA report, if provided to Geomatrix by the City. CADocuments and Settings\clindsey\Local Settings\Temporary Internet Files\OLK53 \Phase I Proposal v2.doc Mr. Charlie Lindsey City of Kent Public Works April 24, 2008 Page 4 Information to be Provided by Client To comply with AAI and ASTM E1527-05, Geomatrix requests tl e City provide the following information: • title and judicial records to identify environmental liens or Activity and Use Limitations (AULs), such as restrictions on land use; • any specialized knowledge the City has that may assist in valuating environmental conditions of the subject property; and • the relationship between the purchase price of the subject roperty to its fair market value. If these pieces of information are not provided to Geomatrix,AA and ASTM E1527-05 requires them to be identified as possible data gaps to our assessment in our report. User (Client) Reliance The Phase I ESA report will be completed for the use of the City. No other person or organization will be entitled to rely upon any part of the report without the prior written consent of Geomatrix. The City may not release parts of the report but iny release the whole report to third parties; however, in doing so, the City shall indemnify and defend Geomatrix from and against all claims arising out of or in conjunction with such use o reliance by third party. Additionally, any third party in using this report agrees that it sh 1 have no legal recourse against Geomatrix. Schedule We anticipate the findings of our Phase I work can be transmitte to you verbally within approximately two weeks of receiving your authorization to proc ed. Depending on the response from agencies and from property owners and/or occupants to req ests for access and interviews, a draft Phase I ESA report will be submitted for your review wit in 4 weeks of project initiation. We will prepare a draft report for your review, and upon receipt f your comments we will finalize the report. In addition, we will orally communicate our mdings to you as the project proceeds and be available for consultation during your purchase egotiations. CADocuments and Settings\clindseyTocal Settings\Temporary Internet Files\OLK53 \Phase 1 Proposal v2.doc Mr. Charlie Lindsey City of Kent Public Works April 24, 2008 Page 5 Cost Estimate Based on the scope of services described above, we estimate the c st for the Phase I will be approximately $4,600. Our services will be performed on a time- d-expense basis in accordance with our direct labor rates and an overhead rate of 2.8 1 88 with a fee of 10%. We will invoice only for the actual expenses and number of hours exp nded on the project and will not exceed the estimated budget without your prior authorization. We appreciate the opportunity to provide the City with a proposal for this project. Please let me know if you have any questions or if you would like additional information. Sincerely, GEOMATRIX CONSULTANTS, INC. Kathleen Goodman, LG, LHg Principal Hydrogeologist Enclosures: Direct Labor Rate Sheet CADocuments and Settings\clindsey\Local Settings\Temporary Internet Files\OLK5313 hale I Proposal v1doc i EXHIBIT B INSURANCE REQUIREMENTS' FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property whic i may arise from or in connection with the performance of the work hereunder by the C)ntractor,their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liabili insurance coveringall owned non-owned hired , and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary,the policy sh 1 be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall a written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors,products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 1185. The shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as ��nn insured under the Contractor's Commercial General Liability in ,Surance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 1185 or a sub titute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minim combined single limit for bodily injury and property damage of $1,0 0,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000, 00 general aggregate and a$2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, a following provisions for Automobile Liability and Commercial General Liability insur ce: 1. The Contractor's insurance coverage shall be primary insuran a as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not con ibute with it. 2. The Contractor's insurance shall be endorsed to state that cov rage shall not be cancelled by either party, except after thirty(30) days prior tten notice by certified mail,return receipt requested,has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on be�half of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to eceive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shal apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best r ting of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a c py of the amendatory endorsements, including but not necessarily limited to the additio al insured endorsement, evidencing the insurance requirements of the Contr ctor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its p licies or shall furnish separate certificates and endorsements for each subcontractor. A 1 coverages for subcontractors shall be subject to all of the same insurance requir ments as stated herein for the Contractor. Client#: 149 � GEOMACONS ACORD- CERTIFICATE OF LIABILITY INSU ANCE 05;07,o$D,YY, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey,Renton&Associates ONLY AND CONF RS NO RIGHTS UPON THE CERTIFICATE P. O. Box 12675 HOLDER. THIS C RTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVE GE AFFORDED BY THE POLICIES BELOW. Oakland,CA 94604-2675 510 465-3090 INS RERS AFFORDING COVERAGE INSURED INSURER A Greenwich nsurance Company Geomatrix Consultants, Inc. INSURER B Fireman's and Insurance Co. 2101 Webster Street, 12th Floor INSURER C Oakland,CA 94612 INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FO THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPEC TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE MM/DD/YY DATE MM A GENERAL LIABILITY GEC000340607 07/01/07 07/01/08 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $1 00O 000 CLAIMS MADE a OCCUR MED EXP(Any one person) $5 000 X Contractual PERSONAL BADV INJURY $1,000,000 X CG2417 RR Contr GENERAL AGGREGATE s2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS -COMP/OP AGG s2,000,000 POLICY FX PRO LOC A AUTOMOBILE LIABILITY AEC000340707 07/01/07 07/01/08 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ B WORKERS COMPENSATION AND WZP80953183 07/01/07 07/01/08 X WC sTATLIMITS oTH- EMPLOYERS'LIABILITY EL EACH ACCIDENT $1,000,000 EL DISEASE-EA EMPLOYEE $1,000,000 EL DISEASE -POLICY LIMIT $1,000,000 A OTHER Professional PEC000342406 07/01/07 07/01/08 $5,000,000 per Claim iab&Contractors $5,000,000 Annl Aggr. ollution Liab. DESCRIPTION OF OPERATIONS/LOCATIONSMEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS General Liability Policy excludes claims arising out of the performance of professional services. (SEATTLE) (See Attached Descriptions) CERTIFICATE HOLDER AD DITIONAL INSURED,INSURER LETTER CANCELLATION SHOULD ANYOF THE ABOVE 0 SCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF, THE ISSUING INSURER WI0jX§"=XjM TOMAILln DAYSWRITTEN Engineering Department N07ICETOTHE CERTIFICATE H LDER NAMED TOTHELEFT,x;XX k Attn:Nancy Yoshitake slecotaux>ietx xaat»�o7txx�t�lTxo�r�c 220 4th Avenue South xex xe<stxoc Kent,WA 98032 AUTHORIZED.PEPRESENTATIV ACORD 25S(7/97)1 of 2 #M196009 NMF 0 ACORD CORPORATION 1988 DESCRIPTIONS (Continued from Page 1) REF: City of Kent Agreement Number LA 5632 and Federal Aid DEMO 1216(001) and GMX project number 10937(Goodman)Site investigation to sample and analyze soil and groundwater along the 228th Street Corridor. s.228th Street Grade Separations,Soil Investigation at Rexam Beverage Can Company. s.228th Street Grade Separation; Rexam site investigation which includes sampling and soil and groundwater analysis. s.Bid Specification and Bid Review Assistance,South 228th Street Rail Overpass Project,Kent,Washington. s.City of Kent(K. Goodman), Phase I Environmental Site Assessment for 1118 Central Avenue South,Kent,Washington. The City of Kent, its officers,officials,employees,agents and volunteers are additional insureds to general&auto liability. Insurance is primary and non-contributing per-policy form clauses. A Severability of Interest/Cross Liability Clause applies to General Liability. AMS 25 3(07/97)2 of 2 #M196009 POLICY NUMBER: GEC000340607 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE R AD IT CAREFULLY. ADDITIONAL INSURED - OWNER , LESSEES OR CONTRACTORS - SCHEDULED ERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organziation(s): Location(s)Of Covered Operations City of Kent REF: City of Kent Agreement Engineering Department Number LA 51632 and Federal Aid Attn: Nancy Yoshitake DEMO 1216 (001) and GMX project 220 4th Avenue South number 10937 / The City of Kent, Kent , WA 98032 its officers, officials, em to ees, a ents and volunteers Information required to complete this Schedule, if not shown above, will be s own in the Declarations. A. Section 11-Who Is An Insured is amended to This insuran a does not apply to "bodily injury"or include as an additional insured the person(s)or "property da age"occurring after: organization(s)shown in the Schedule, but only 1. All work, i cluding materials, parts or equip- with respect 10 liability for"bodily injury", "property ment Turn shed in connection with such work, damage" or"personal and advertising injury" on the pr ject(other than service, mainte- caused, in whole or in part, by. nance orrepairs)to be performed by or on 1. Your acts or omissions; or behalf of the additional insured(s)at the loca- 2. The acts or omissions of those acting on your tion of th6 covered operations has been com- behalf, pleted, or in the performance of your ongoing operations for 2. That porti n of"your work" out of which the the additional insured(s)at the location(s)desig- injury or d mage arises has been put to its nated above. intended se by any person or organization B. With respect to the insurance afforded to these other tha another contractor or subcontrator additional insureds, the following additional exclu- engaged i performing operations for a sions apply. principal z s a part of the same project. are additional insureds . PRIMARY INSURANCE : IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE ADDIT ONAL INSURED SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH HIS INSURANCE. SEVERABILITY OF INTEREST: IT IS AGREED THAT EXCEPT WITH RESPECT TO THE LI IT OF INSURANCE, THIS COVERAGE SHALL APPLY AS IF EACH ADDITIONAL INSU ED WERE THE ONLY INSURED AND SEPARATELY TO EACH INSURED AGAINST WHOM CLA M IS MADE OR SUIT IS CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 UNIFORM POLICY NUMBER: GE0000340607 CO MERCIAL GENERAL LIABILITY CG20100704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE R D IT CAREFULLY. ADDITIONAL INSURED - OWNERS LESSEES OR CONTRACTORS - SCHEDULED ERSON OR (Continued from page 1 . ) ORGANIZATION BROUGHT . NOTICE OF CANCELLATION: IT IS UNDERSTOOD AND AGREED THAT IN THE EVENT O CANCELLATION OF THE POLICY FOR ANY REASON OTHER THAN NON-PAYMENT OF PREMIUM, 30 DAYS WRITTEN NOTICE WILL BE SENT TO THE CERTIFICATE OLDER BY MAIL. IN THE EVENT THE POLICY IS CANCELLED FOR NON-PAYMENT O PREMIUM, 10 DAYS WRITTEN NOTICE WILL BE SENT TO THE ABOVE . POLICY NUMBER: GEC000340607 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT-AGGREGATE LIMIT OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The General Aggregate Limit under LIMITS OF INSURANCE (SECTION II )applies separately to each of your projects away from premises owned by or rented to you. CG 25 03 11 85 ENDORSEMENT This endorsement, effective 12:01 a.m. , July 1, 20 7 forms a part of Policy No. AEC000340707 issued to GEOMATRIX CONSULTANTS, NC. by Greenwich Insurance Company_ THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following. Business Auto Coverage Form Garage Coverage Form Motor Carrier Coverage Form Truckers Coverage Form Business Auto Physical Damage Coverage Form LIABILITY COVERAGE, WHO IS AN INSURED is changed to include as an '"insured" any person or organization you are required in a written contract ("the contract") to name as an insured Jhe Additional Insured), but only for "bodily injury" or"property damage"to which this insurance applies resulting fron the acts or omissions of; 1 You,while using a covered "auto." 2 Any other person,while using a covered"auto'with your permi Sion. The insurance provided by this endorsement shall be subject to the following ad Jitional conditions. 1 The Limits of Insurance provided for the Additional Insured shell not be greater than those required by contract and, in no event, shall the policy Limits of Insurance be increased by the contract. 2 All insuring agreements, exclusions, terms and conditions of the policy shall apply to the coverage(s) provided to the Additional Insured, and such overage shall not be enlarged or expanded by reason of the contract. 3 Any coverage provided hereunder shall be excess over any qq��ther valid and collectible insurance available to the Additional Insured(s) whether primary, excess, contingent or on any other basis unless a contract specifically requires that this insurance be primary or you request that it apply on a primary basis prior to loss. All other terms and conditions of this policy remain unchanged. 1 (Authorizvff Representative) AUT0133 (07/99) DCOR 09/20/2006 Statement of Intent to Pay Prevailing Wages Page 1 of Prevailing Wage Section Department of Labor& Statement of Intent to Pay Industries Prevailing Wage PO Box 44540 Olympia,WA 98604-4540 (360)902-5335 Received. Intent Id. Status: 05/06/2008 188983 Approved on 05/07/2008 COMPANY Company GEOMATRIX CONSULTANTS INC Information: GEOMAC1978LB 602 278 700 2101 WEBSTER ST 12TH FLOOR OAKLAND, CA 94612 (510)663-4100 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency. KENT, CITY OF 220-4TH AVE S KENT, WA 98032-5895 County: KING Multiple Counties?No City: Kent Project Name: Kent- 1118 Central Avenue S-Task 1 Contract Number: Bid Due Date: 04/24/2008 Award Date: 05/05/2008 Prime Contractor. GEOMATRIX CONSULTANTS INC GEOMACI978LB (510)663-4100 Does Your Company Intend To Hire No Subcontractors To Perform All Work? Does Your Company Intend To Hire Any No Subcontractors? Apprentices? No $Amount. $5,014.00 Time and Materials No Number of Owners 1 Filed by: Marilyn Yamada EMPLOYEES' WAGES Journey Level Trades/Occupations rttps://secureaccess.wa.gov/lni/pwia/Intent/IntentPrint.asp?ID=l 88983 5/7/200€