Loading...
HomeMy WebLinkAboutPW14-108 - Original - GeoEngineers, Inc. - Briscoe/Desimone Levee Reach 2 & 3 - 04/17/2014 Records Management KENT Document WASHNGTON FU t* I c. CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: GeoEngineers, Inc, Vendor Number: JD Edwards Number Contract Number: 1 00 1 This is assigned by City Clerk's Office Project Name: Briscoe/Desimone Levee Reach 2 and 3 Description. ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 12/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Paul Kuehne Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Provide construction observation, consultation, and documentation for the construction of the project, S:Public\RecordsManagement\Forms\ContractCover\adcc7832 11/08 KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and GeoEngineers, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GeoEngineers, Inc. organized under the laws of the State of Washington, located and doing business at 1101 S. Fawcett Ave., Suite 200, Tacoma, WA 98402, Phone: (253) 383-4940/Fax: (253) 383-4923 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: The Consultant shall provide construction observation, consultation, and documentation for the construction of the Briscoe-Desimone Levee Reach 2 and 3 Project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed, II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by December 31, 2016. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed One Hundred Seventy Seven Thousand, Three Hundred Seventy Two Dollars ($177,372.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit B. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this CONSULTANT SERVICES AGREEMENT - 1 (Over$10,000) Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. CONSULTANT SERVICES AGREEMENT - 2 (Over$10,000) VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. For claims arising or alleged to arise from Consultant's professional services only, Consultant's duty to defend and indemnify under this paragraph shall be limited to claims, injuries, damages, losses or suits asserted on the basis of negligence or willful misconduct. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit C attached and incorporated by this reference. I IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City, All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work CONSULTANT SERVICES AGREEMENT - 3 (Over$10,000) authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, and agents in the performance of the contract work and shall utilize all protection necessary for that purpose and shall cause any subcontractors hired by Consultant to be responsible for the safety of its employees and agents. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or CONSULTANT SERVICES AGREEMENT - 4 (Over$10,000) other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code, j J. 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. CONSULTANT: CITY OF KENT: .;r By: 4A B _ ( Ignature) i X, (signature) Print Name: & $Iex`r SJ U ilk'%S Print'Narne:!Sbzette Cooke Its f rtVtto c Its( 11 `- a or DATE: C�Jtf�ft DATE: 111711 , i NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Lyle Stone Timothy J. LaPorte, P.E, GeoEngineers, Inc. City of Kent 1101 S. Fawcett Ave., Suite 200 220 Fourth Avenue South Tacoma, WA 98402 Kent, WA 98032 (253) 383-4940 (telephone) (253) 856-5500 (telephone) (253) 383-4923 (facsimile) (253) 856-6500 (facsimile) APPROVED AST FORM: C,NI `b`lll J Kent Law Department Gmfngineers-Btls<oe-�esimone l/Kuehne CONSULTANT SERVICES AGREEMENT - 5 (Over$10,000) II �l DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Gu r7 Title: f r % A (.(-P Date: 41/l1 fC-F- EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 I SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 Ii CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT e filled out AFTER COMPLETION of this project b the Contractor awarded the This form shall b p J Y Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: j i I EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A GEOENGINEERS, INC. DF.SIMONE AND BRISCOE LEVEES REACHES 2 AND 3 CONSTRUCTION OBSERVATION AND CONSULTATION GREEN RIVER, RIVER MILE 15.44 TO 16.36 KENT,WASHINGTON APRIL 1, 2014 FILE NO. 0410-176-01 i INTRODUCTION The purpose of our services is to provide construction observation, consultation, and documentation for the construction of certain improvements to the Desimone and Briscoe levees on the Green River. The project is divided into four sections, Reaches 1 through 4. During this phase, Improvements to Reaches 2 (RM 15.44 to 15.57) and 3 (RM 15.98 to 16.36)will be constructed. Construction will include installing sheet pile and concrete I-Walls, placing levee fill, regrading river bank slopes, constructing a new trailhead parking lot,and repaving the river trail. Project plans and specifications were prepared by GEI Consultants (GEI) and the City of Kent. We understand that GEI Is the geotechnical engineer of record and will review contractor submittals,contractor requests for information (RFIs), and design changes as needed. GeoEngineers will be the City's on-site representative to observe and document construction activities. Our role will be to provide material testing, daily inspections, and construction management duties not included in GEI's scope of services. The contractor's proposed schedule Indicates that construction will begin during April 2014 and will be completed In December of 2014. Sheet pile installation will occur between May to August 2014(71 total working days) and earthwork activities will occur between June and September 2014 (30 total working days). Sheet pile and earthwork activities are expected to overlap. In October and Novemberthe trailhead retaining wall will be constructed and the trail and parking lot will be paved(20 total working days). SCOPE OF SERVICES Our specific scope of services for the Desimone and Briscoe Levee Construction includes: 1. Attend construction coordination meetings as required and requested. We budget for Lyle Stone (Senior Engineer) attending 14 on-site construction meetings during the project. This is based on attending one meeting every two weeks during the sheet pile installation and earthwork phase of the project, and one meeting a month duringthe rest of the project. 2. Provide full-and part-time construction observation services to support the City of Kent's construction inspector. It Is anticipated that we will be required to be onsite full time during sheet pile Installation and fill placement. We will coordinate our site visits with the City of Kent's lead construction inspector. Our observations will be documented in daily field reports. We have based our construction observation budget on 90 full-time days (8.5 hours) on site and 60 part-time days (4 hours) on site. James West II , i it City of item April 1,2014 Page 2 (Engineer 1)will be the primary field contact for GeoEngineers. Erik Ventura (Engineer 2)will provide backup if two field engineers are required, 3. Provide soil and aggregate laboratory testing. We will provide testing of fill materials including sieve analyses, and maximum density determinations (Proctor Tests). We have budgeted for 10 percent fines determinations, 10 sieve analyses, and 10 Proctor Tests. 4, Provide construction materials testing Including concrete and asphaittesting, inspection of reinforcing steel,concrete testing,and asphalt testing will be completed by or in coordination with Mayes Testing, our Washington Association of Building Officials (WABO)certified subeonsultant. We have based our materials testing budget on the material quantities in the bid documents. We have assumed that there will be up to 25 separate concrete pours requiring concrete inspection. 5. Provide construction consultation as requested. 6. Prepare a summary of our tests and observations at the end of construction for inclusion with levee inspection documentation. UC;CHSat �' Attachments: Exhibit a Fee Estimate Mayes Testing Engineers Inc.Proposal Disclaimer:Airy electronic form,facsimile or hard copy ofthe original document lemail,text,table,end/er091lm),If provlJaJ,and any attachmonts are only a copy of the odginal document.The original dacnment Is stored by GeoEngineers,Inc.and will somas the o07clal document of record. Copyright©2014 by GeoEngineers,Inc,All rights reserved. GEOENGINEERS nie NO nam heel i a W '� o 0 0 0 0 0 0 n w 'n 0 u�i w Z W e+ M �' N � LW D W ® 0 m 0 °' w✓ <D o a .-� .1 �y a N a V�i S v E E gE ggg C e 1.2 If IT VA a U pp C c � LL ~ � ® G o Y m A W ❑ Q� V m W d ti Iq 12 y O M N S mIs sryry N a Ei Lu ia Ti L M N W W ,q m ti a m N o a ti' N ® R A x N 'v � m e o a a � C N 9 C a Oryp i 65 o 8 A ® d •11�� 0 � •� � C � 6 Q) o � � � .�• c � y�• f1 S^ `� `a3 � � � o � Yi p N g 93 n LLr+ E m 12 r- r- o a i a /J C% I1 W MAYE TESTING ENGINEERS, INC. &,Pilo � 27MCe4xva°zWRcai SuM 110 LWMcalWAMM ph42b,742M fax426.745.1737 Tnco r Office 1092.9&Ta Vft aibE.2 Txam WAG8199 p52a3.M4.3727 March 28, 2014 W253b94,3707 Paaa�dofirce I 7911 W_�&d Qua Suie1go PaWOOR97211 Mr. Lyle Stone 06032817515 Geoengineers, Inc. Pax603.2813679 1101 Fawcett Avenue, Suite 200 Tacoma, WA 98402 Re: Testing and Inspection Services City of Kent Briscoe Desimones Levee Kent, WA Mayes Testing Engineers Proposal No. 14245T Revision 1 1 Dear Mr. Stone, We are pleased to provide you with our revised proposal for testing and inspection services for the City of Kent Briscoe Desimones Levee project. This proposal is based on the conversation with you on 3/27/14 and review of plans dated 10/25/13. No construction schedule is available at this time. We would be happy to review and revise our estimate when more information becomes available. i We understand our scope of work to include: • Reinforced Concrete Inspection Welding Inspection • Asphalt Laboratory Testing We assume all soils related testing and inspection will be performed by the geotechnical engineer of record. We assume structural steel members will come from a local Puget Sound or Portland area fabrication shop. Mayes Testing Engineers, Inc. is a locally owned and operated testing and inspection agency. We are fully certified and perform all tests in accordance with ASTM and IBC standards. We have the largest staff of WABO registered inspectors in the state to support this project. Washington State Professional Engineers directly supervise all inspection activities. As an integral part of the project team, we work with our clients to provide realistic testing and inspection budgets. Our clients are not charged for cylinder pick-up, mileage or secretarial services. Our clients will only be invoiced for actual work performed. A four-hour minimum charge applies to all inspections and time will be charged portal-to-portal from our Tacoma office. A premium rate of 1.5 times the regular rate will be charged for all work outside of normal working hours or in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays. Payment is net 30 days from date on invoice. This proposal Is valid for 90 days from the date of this letter, Final Costs may vary up or down depending on the contractor's scheduling of the work. All services will be billed in accordance with the attached fee schedule, i Page 2 of 2 Mr. Stone March 28,2014 Mayes Testing Engineers Proposal No.: 14245T Revision 1 We trust that this provides you with the information you require. If you have any questions or if we may be of further assistance, please do not hesitate to call. If you find this proposal acceptable, please sign and return one copy to our office. We look forward to your favorable response. Respectfully Submitted, MAYES TESTING ENGINEERS, INC. Timothy G. Beckerle, P.E. Branch Manager Accepted By: Title: Date: Attachments: Cost Estimate Fee Schedule"2012' n G air ,�('1}S i i i f I I JWA YES TESTING ENGINEERS, /NC. I I I I I City of Kent Briscoe Desimones Levee Testing and Inspection Services Mayes Testing Engineers, Inc. Cost Estimate No. 14245T Revision 1 Estimated No. Extended Item of Units Unit Price Total Inspection Services Reinforced Concrete Inspection 108 Hours 75.00 /hr 8,100.00 Reinforcing Steel: Estimate 4 inspections at 4 hours per inspection Cap Beam: Estimate 8 inspections at 4 hours per Inspection Barrier: Estimate 6 inspections at 4 hours per Inspection Ret. Walls: Estimate 4 inspections at 4 hours per Inspection Misc.: Estimate 5 inspections at 4 hours per Inspection Welding Inspection 8 Hours 90.00 /hr 720.00 Estimate 2 inspections at 4 hours per inspection Asphalt Technician 8 Hours 85.00 /hr 680.00 Sampling: Estimate 4 Inspections at 2 hours per inspection Project Management (Includes meetings, site visits, report review, mix design review, and misc, consultation) 10 Hours 95.00 /hr 950.00 Laboratory Services Concrete Compressive Strength Cylinder Test 100 Each 25.00 ea 2,500,00 Asphalt Rice Density Test 4 Each 100.00 ea 400.00 Miscellaneous Services Cylinder Pick-up No Charge Mileage No Charge Secretarial Services (Types reports, mall, postage, etc.) No Charge Total Estimated Costs: $13,360.00 A four-hour minimum charge per call applies to all inspections. A premium rate of 1.6 times the regular will be charged for all work outside of normal working hours in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays. Payment is net 30 days. This estimate is valid for 90 days. i MAYES TESTING ENGINEERS, INC. 2012 FEE SCHEDULE AND GENERAL CONDITIONS Concrete Inspection (Includes Reinforcing Steel, Concrete Placement, Shotcrete, Augercast Grout, Grout, Batchplant) 75.00 /hour Post Tenslon Concrete Inspection (includes placement and stressing) 75.00 /hour Proprietary Anchor Inspection (includes Epoxy Grouted and Expansion Anchors) 75,00 /hour Masonry Inspection (Includes cmu and brick veneer) 75,00 /hour Lateral Framing Inspection (includes wood and light gauge) 75,00 /hour Seismic Resistance System Inspection 75.00 /hour Fiber-Reinforced Polymer Inspection 75,00 /hour Fireproofing Inspection 75.00 /hour Intumescent Paint Inspection 85.00 /hour Soils Technician (includes nucleardensometer) 85.00 /hour Asphalt Technician (includes nucleardensometer) 85,00 /hour Asphalt or Concrete Coring Technician 85.00 /hour Laboratory Technician 85.00 /hour Lead Inspector 90.00 /hour Structural SteelMelding Inspection (includes bolting) 90.00 /hour Non-Destructive Testing Dye Penetrant Testing 96,00 /hour Magnetic Particle Testing 95.00 /hour Ultrasonic Testing 95.00 /hour MMr, Concrete Testing Air Dry Unit Weight Test 4 each Concrete Absorption, Unit Weight and Moisture Content Test 45.00.OD each Concrete, Augercast Grout or Nonshrink Compressive Strength Cylinder Test(includes curing, breaking and report) 25,00 each Concrete Compressive High Strength Cylinder Test (over 10,000 psi) 30.00 each Concrete Core Compressive Strength Test(includes trimming and testing) 66.00 each Concrete Flexural Strength Beam Test 50.00 each Concrete Shrinkage Test (ASTM C157-set of 3) 300.00 each Length of Concrete Core Test (ASTM C174) 30.00 each Mix Design 1 Point Verification & 3 Point Water Cement Curve quoted on request Modulus of Elasticity Test 100.00 each Shotcrete Panel Test (includes 4 cores) 140,00 each Voids and Density of Hardened Concrete Test (ASTM C642) 75.00 each Masonry Testing Brick Absorption Test(24 hour soak) 0.00 each 7 Brick Absorption Test (5 hour boll) 0.00 each Brick or Masonry Efflorescence Test(set of 5) 85.00 each Brick or Concrete Paver Compression Test 45.00 each Masonry Absorption, Unit Wt. And Moisture Content Test 45.00 each Masonry Unit Compression Test 55.00 each Masonry Drying Shrinkage Test(set of 3) 3D0.00 each Masonry Grout or Mortar Compressive Stength Test 25.00 each Masonry Prism Test (grouted or ungrouted) 110.00 each Retaining Wall Unit Absorption Test 45,00 each Retaining Wall Unit Compression Test 110.00 each Asphalt Testing Asphalt Marshall Mix Design Test(5 points) 3500.00 each Asphalt Core Density Test 35.00 each Asphalt Ignition & Gradation Test 260.00 each Asphalt Marshall Set Test (flow, stability, voids) 440.00 each Asphalt OII Content Test 80.00 each Asphalt Rice Density Test 100,00 each Asphalt Stripping Test 30.00 each Asphalt Superpave Set Test (VMA, VFA and VA) 550.00 each Page 1 of 3 i Soils and Aggregate Testing Atterberg Limits Tests 120.00 each Liquid Limit Only Test 75.00 each j Plastic Limit Only Test 55.00 each California Bearing Ratio Test (CBR- with proctor) 550.00 each Clay Lumps and Friable Particles Test 90.00 each Degradation Test 135.00 each Flat and Elongated Particles Test 90.00 each Fractured Face Count Test 75.00 each LA Abrasion Test 150,00 each Lightweight Pieces in Aggregate Test (coal and lignite) 80.00 each Organic Impurities Test 45.00 each Organic Matter Analysis (loss on ignition by weight) 60.00 each R-Value Test 325.00 each Sand Equivalent Test 60.00 each Sieve Analysis Test (dry only) 130.00 each Sieve Analysis Test (includes particles finer than#200) 200,00 each Sodium Sulfate Soundness Test 250.00 each Soil Hydrometer Analysis 225.00 each Soil Moisture Content Test (natural) 30.00 each Soil Moisture Density Relationship Test (proctor) 200.00 each Soil Relative Density Test 225.00 each Soil Specific Gravity Test 85.00 each Specific Gravities Coarse Aggregate Test 55.00 each Specific,Gravities Fine Aggregate Test 85.00 each Unit Weight Test 45,00 each WSDOT T606 Test 550.00 each Miscellaneous Testing Fiber-Reinforced Polymer Tensile Test(set of 5) 676.00 each 00 Fireproofing Density Test each Cost Machining Tensile Test Cost+ 15% Macroetch Test(evaluation only or sample preparation) 50,00 each Moisture Emission Test Kits 30,00 each Reduced Section Tensile Coupons Test 45.00 each Reinforcing Steel#10-#18 Tensile Test 85.00 each Reinforcing Steel#3-#9 Tensile Test 60,00 each Splitting Tensile Test 80.00 each Stressing Strand Tensile Test(breaking strength only) 60.00 each Tensile Test on Coupon Assembly (with slippage#3-#9) 80.00 each Tensile Test on Coupon Assembly (with slippage 910-#16) 105.00 each Universal Test Machine & Operator 136.00 /hour Weld Fracture Test 80.00 each NDE Level III Consultation 175.00 /hour Principal Engineer 175.00 /hour Staff Engineer (Includes Pachometer Testing, Floor Flatness Testing, Impact Echo Testing, Load Testing &Moisture Emissions Testing) 135.00 /hour Engineering Technician 105.00 /hour Project Manager 95.00 /hour Mileage (charged only outside our regular service area) 0.65 /mile Subsistence (lower 48 states) Federal GSA Rate Reimbursable Expenses (commercial travel, rentals, consumabies, etc.) Cost+ 15% Subconsultants Cast+ 15% *A four hour minimum charge applies to all inspections. Overtime rate of 1.5 times the regular rate applies to all work performed outside of normal working hours, weekends and holidays. �I Page 2 of 3 EXHIBIT C INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $1,000,000 per occurrence and $2,000,000 in the aggregate for each 1 year policy period. Stop Gap and Employer's Liability coverage shall be included. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City, King County and the King County Flood Control Zone District shall be named as Additional Insureds under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City, the District and the County. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability (Errors & Omissions) insurance appropriate to the Consultant's profession. EXHIBIT C (Continued) R. Minimurn Amounts of Insurance Consultant shall maintain the following insurance limits: j I 1, Commercial General Liability insurance shall be written with minimum limits of $1,000,000 per occurrence and $2,000,000 in the aggregate for each 1 year policy period. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of at least $1,000,000 per accident. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. I C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: I 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent, King County Flood Control Zone District and King County shall be named as an additional insureds on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City, the Flood Control Zone District and King County as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. EXHIBIT C (Continued) D. Consultant's Insurance for father Losses The Consultant shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Consultant's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Consultant, or the Consultant's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E Waiver of Subrogation The Consultant and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. I G. Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Consultant before commencement of the work. H. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. I GEOEINC-01 ABERNAT HYAN a�oRO° CERTIFICATE OF LIABILITY INSURANCE DATEIMMIDOIYYYY) 4114/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER TE-MAIL Co T CertlflCateSd@Wllli$.COm Willis of Seattle,Inc. 6 c/o 26 Century Blvd B,.(877)_945.7378 �Alc Nan (888), 7-2378 P.O.Box 305191 - Nashville,TN 37230.5191 S: _ INSUR_ERIS)AFFORDING COVERAGE NAIC If .. A: Property y Company Travelers Pro ert Casualty Com an of America 25674 INSURED -. B:Travelerslndemnity Company 25658 GeoEngin ters,Inc. INSURER c:Liberty Mutual Fire Insurance Company 23035 8410 154th Ave.NE INSURER D: Redmond,WA 98052 -- -- - -- NSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, _INSR 0 SUeR MMIODNYW I MMIDOIYY'IV LIMITS LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP A X COMMERCIALGENER�AL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE N OCCUR X P-660.533D1664-TIL-14 3/3112014 3/31/2015 DAMAG PREMISES ce $ 100,00 -- MED EXP(Any one person) $ 6,000 - - PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00 POLICY JECT `�LOC .._ -- PRO OUCTS-COMPlOP AGG $ 2,000,000 OTHER: -- --- $AUTOMOBILE LIABILITY COMBINED INGLE LIMIT $ 1,000,00 B X 1 Be accident) ANY AUTO X P-810.632D8375-INDd4 d 3/3112014 3/31/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED __ AUTOS AUTOS BODILY INJURY(Per acefdent) $ HIREDAUTOS NON-OWNED PROPERTY DAMAGE AUTOS $ (Per acrAtlenl) $ UMBRELLAUAB OCCUR EACH OCCURRENCE 5 _ EXCESS LIAB CLAIMS-MADE - - 11 AGGREGATE_ g DED RETENTIONSWORKERS COMPENSATION AND EMPLOYERS'LIABILITY X STATIJI'E EER ORH_ C ANYPROPRIETORIPARTNER/EXECUTIVE YIN C2-Z91-451667-014 3/31/2014 3/31/2015 E.L.EACH ACCIDENT (MandaRm1EMHH)EXCLUOED4 NIA $ 1,000,000 (Mandatary In NH) If yes,tlescribe under E.L.DISEASE-EA EMPLOYE $ 1,000,000 ' DESCRIPTION OF OPERATIONG below E.L.DISEASE.POLICY LIM IT $ 1,000,00( DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORO 101,Additional Remarks Schedule,may pe attached If more space is required) Re:Briscoe-Desimone Levee Reach 2 and 3 Project,GeeEngineers File No.0410.176-01 City of Kent,King County and the King County Flood Control Zone District are Included as an Additional Insured as respects to General Liability and Auto Liability,as required by written contract. WA Stop Gap,USL&H and Maritime Employers Liability coverage is included under Workers'Compensation coverage evidenced above. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent Engineering AUTHORIZED REPRESENTATIVE Attn:Nancy Yoshita ke 400 West Gowe Kent WA 98032 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO POLICY NUMBER: P-810-532D8375-IND-14 ISSUE DATE: -3131/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name of Person(s) or Organ ization(s): ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE FORM IN A WRITTEN CONTRACT OR AGREEMENT THAT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS AND THAT IS IN EFFECT DURING THE POLICY PERIOD . (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 DODU58 Terra Insurance Company TERRA (A Risk Retention Group) Two Fifer Avenue, Suite 100 IF .-.__. ___. Corte Madera, CA 94925 INSURANCE COMPANY CERTIFICATE OF INSURANCE DATE 04/14/14 NAME AND ADDRESS OF INSURED GeoEngineers,Inc. 1101 Fawcett Avenue, Suite 200 Tacoma,WA 98402 This certifies that the"claims made"insurance policy(described below by policy number)written on forms in use by the Company has been issued. This certificate is not a policy or a binder of insurance and is issued as a matter of information only,and confers no rights upon the certificate holder. This certificate does not alter, amend or extend the coverage afforded by this policy. The policy of insurance listed below has been issued to the Insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be Issued or may pertain,the insurance afforded by the policy described herein is subject to all the terms,exclusions and conditions of such policy. Aggregate limits shown may have been reduced by paid claims. TYPE OF INSURANCE Professional Liability POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE 214019 01/01/14 12/31/14 LIMITS OF LIABILITY $1,000,000 BACH CLAIM $1,000,000 ANNUALAGGREGATE PROJECT DESCRIPTION Briscoe-Desimone Levee Reach 2 and 3 Project GeoEngineers File No. 0410-176-01 CANCELLATION: If the described policy is cancelled by the Company before its expiration date, the Company will mail written notice to the certificate holder thirty(30)days in advance, or ten (10) days in advance for non-payment of premium. If the described policy is cancelled by the insured before its expiration date,the Company will mail written notice to the certificate holder within thirty (30)days of the notice to the Company from the insured. CERTIFICATE HOLDER ISSUING COMPANY: City of Kent Engineering TERRA INSURANCE COMPANY Attn: Nancy Yoshitalce (A Risk Retention Group) 400 West Kent, WA 9803 98032 President Verify Workers' Comp Premium Status -Employer Liability Certificate Page 1 of 1 Washington State Department of ��,Vi' 'fc Employer Liability n� p�• Certificate Labor and Industries az 6 jt ti �F�r txe9 °`o Department of Labor and Industries Employer Liability Certificate Date: 04/15/2014 UBI #: 600 375 010 Legal Business Name: Account#/: 429,351-00 'Doing Business As' Name: GEOENGINEERS INC Estimated Workers Reported: Quarter 4 of Year 2013 "Greater than 100 Workers" (See Description Below) Workers' Comp Premium Status: Account is current, Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: GEOENI*IlOJE Expire Date: 5/9/2015 Account Representative: TI /FEARAED FEROZE (360)902-4797 T -Email: FERH235@Ini.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and ate liable for premiums found later to be due. Industrial insurance,accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51,12.05 and 51.16.19 ). I III https://fortress,wa.gov/InUerpsi/AectlnfoPrint.asps?Accountld=42935100&AccountManag... 4/15/2014 N W'40 Agenda Item: Consent Calendar - 71 �,o� TO: City Council DATE: April 15, 2014 i SUBJECT: Consultant Services Agreement with GeoEngineers for Briscoe- Desimone Levee Reaches 2 & 3 - Authorize i MOTION: Authorize the Mayor to sign a Consultant Services Agreement with GeoEngineers, in an amount not to exceed $177,372 for materials testing and inspection services related to the Briscoe-Desimone Levee Reaches 2 & 3 project, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Briscoe-Desimone Levee is located along the Green River between S. 180th St. and S. 200th St. A flood wall will be constructed this summer to provide flood protection meeting federal safety standards. The levee floodwall will consist of driven sheet piles and reinforced concrete, and will be approximately 3,200 feet long. This project will also include asphalt pavement for levee trail and parking lot reconstruction and two cement concrete retaining walls. Sound engineering practices dictate that aggregates, asphalt, and cement/concrete, be tested by a geotechnical laboratory to ensure the construction materials meet contract specifications. Materials analyses require a laboratory with certified testing equipment that the City does not own. On-site, nondestructive density and moisture content tests are also necessary for quality control and quality assurance. GeoEngineers has the appropriate certifications and expertise to perform these duties and was selected based upon their qualifications. City staff will perform all other construction inspection and construction management duties. There are no equivalent firms within the city limits of Kent, EXHIBITS: Consultant Services Agreement RECOMMENDED BY: Public Works Committee YEA: Fincher - Ralph - Higgins (by concurrence) NAY: BUDGET IMPACTS: This contract will be funded out of the $18 million which was allocated to the Briscoe-Desimone Levee project through an Interlocal Agreement with the King County Flood Control District, I i Corporations: Registration Detail Page 1 of 2 Corporations Division - Registration Data Search GEOENGINEERS, INC. Purchase Documents for this Corporation UBI Number 600375010 Category REG Profit/Nonprofit Profit Active/Inactive Active State Of Incorporation WA WA Filing Date 09/17/1980 Expiration Date 09/30/2014 Inactive Date Duration Perpetual Registered Agent Information Agent Name National Corporate Research, Ltd. Address 1780 Barnes Blvd. SW City TUMWATER State WA ZIP 98512 Special Address Information Address City State Zip Governing Persons Title Name Address 11955 LAKELAND PARK BLVD Chairman,Director SAULS, DAVID STE 100 BATON ROUGE, LA 70809 Director HUTCHINSON, MICHAEL 1101 FAWCETT AVE STE 200 TACOMA, WA 98402 Director WALLACE, BILL 600 STEWART ST STE 1700 SEATTLE, WA 98101 http://www.sos.wa,gov/corps/search_detail.aspx?ubi=600375010 4/17/2014 Corporations: Registration Detail Page 2 of 2 President,Director FRAESE, KURT 600 STEWART ST STE 1700 SEATTLE, WA 98101 Treasurer ROREM, CARRIE 8410 154TH AVE NE REDMOND, WA 98052 Director CARLISLE, DANA 8410 154TH AVE NE REDMOND, WA 98052 600 STEWART STREET Director MACDONALD, DOUGLAS SUITE 1700 SEATTLE, WA 98101 Secretary,Director. HARAKAS, JAMES 523 EAST SECOND AVENUE SPOKANE, WA 99202 Purchase Documents for this Corporation » I 1 �L httiD://www.sos.wa.gov/corps/search_detail.aspx?ubi=600375010 4/17/2014 REQUEST FOR MAYOR'S SIGNATURE ~ f Please Fill in All Applicable Boxes " . 8eqa60etl by Director Originator's Name: Paul Kuehne Dept/Div. Engineerin extension: 5543 Date Sent: 14" _ � Date Required: 4/. r Return to: Nancy'Yoshitake CONTRACT TERMINATION DATE: 12/31/16 i VENDOR. GeoEngineers,:Inc. DATE OF COUNCIL APPROVAL: 4/15/14 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached agreement is for GeoEngineers to provide construction observation, consultation, and documentation for the construction of the Briscoe/Desimone Levee Reach 2 and 3 Project. For additional information, see the attached Council motion sheet, All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) „ T i Received:' � � , VRR;P Approval of Law Dept.: ', f f t t ' Law Dept. Comments, I I I a - Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff 'r i y , A Received: l E ..e a i i Recommendations and Comments: ... PJ, Disposition /"-° u'`�'`t- t :.+ai" f ':9a a �`'Cwa✓/Sr1_ 4 ,fir# l!"�✓` ✓`�`j� t�,#�2�� ,., ."! t s L+ j Date Returned: