Loading...
HomeMy WebLinkAboutPW15-320 - Original - GEI Consultants, Inc. - Briscoe-Desimone Levee Improvements Reach 4 - 09/03/2015 i wE Records Man° e KENT Wnsniecroe Document {.�etr T{t;;� t 9 t' CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: GEI Consultants, Inc. Vendor Number: ID Edwards Number Contract Number: P V°4, ir) This is assigned by City Clerk's Office Project Name: Briscoe-Desimone Levee Improvements Reach 4 Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Termination Date: 12/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Casteel Department: Engineering Contract Amount: $47 688.00 Approval Authority: (CIRCLE ONE) Department Director Mayor Lityouncil Detail: (i.e. address, location, parcel number, tax id, etc.): The Consultant shall provide engineering support for the construction_phase of the project. As of: 08/27/14 i (CENT CONSULTANT SERVICES AGREEMENT between the City of Kent and GEI Consultant's Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GEI Consultant's Inc. organized under the laws of the State of California, located and doing business at 180 Grand Ave., Suite 1410, Oakland, CA 94612, Phone: (510) 350- 2900/Fax: (510) 350-2901, Contact: Alberto Pujol (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 engineering support for the construction phase of the Briscoe- Desimone Levee Improvements Reach 4 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 Forty Seven Thousand, Six Hundred Eighty Eight Dollars ($47,688.00), 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 Exhibits A and 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 Agreement, The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's willfully wrongful acts or negligent performance of this Agreement. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. r Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) 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. 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 Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI, CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) i K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT (7' e g A41r. .oc CITY OF KENT: Y { ;2 By: td f6e� By: --> �� igna ure) I - i (signature) Print Name: ye'l &;n _ Pr4� t Name Suzette Cooke Its_ 'st, I ; Its Mayor (title)�g DATE: �.�,�'� . F % t DATE: i1,' . NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Alberto Pujol Timothy J. LaPorte, P.E. GEI Consultants, Inc. City of Kent 180 Grand Ave., Suite 1410 220 Fourth Avenue South Oakland, CA 94612 Kent, WA 98032 (510) 350-2900 (telephone) (253) 856-5500 (telephone) (510) 350-2901 (facsimile) (253) 856-6500 (facsimile) APPROVED AS *O FOR �VW\1 Kent Law Department GEL-!Briscoe-0es1rt10ne Levee J/Casteel CONSULTANT SERVICES AGREEMENT 5 (Over$20,000) i 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 bf 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. g k B • �b P Y k s For: rEl- Liu,z�sf d 'fin r s°nf p Title: . VI-o Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as - that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 i EXHIBIT A GE I consultants Cwachdal July 27,2015 nv oonnoe.ftd w°"` Iprca Ms. Kelly Casteel a City of Kent p Public Works Department 220 Fourth Avenue South Kent, WA 98032 Re: Scope and Cost Estimate for Construction Phase Engineering Support Reach 4 Briscoe-Desimone Levee Improvements Dear Ms. Casteel: This letter presents our proposed scope and budget estimate for Construction Phase Engineering Support for the Reach 4 Briscoe-Desimone Levee Improvements. The proposed levee improvements in Reach 4 include constructing two concrete floodwalls(referred to in the plans and herein as the Floodwall and the Access Road Wall)to address freeboard deficiencies near the upstream end of the reach at the S.200t°Street Bridge. The Floodwall will be about 178 linear feet with the stem located approximately 3 to 4 feet landward of the landside edge of the paved levee trail. The upstream end of the Floodwall will abut the MSE wall retaining the S, 200"' Street Bridge east abutment. The downstream end of the Floodwall wilt connect to a bollard flood gate which will connect to the upstream end of the Access Road Wall. The Access Road Wall will be about 95 feet long and the stem will be located approximately 16 feet landward of the Floodwall stem, and will 1•tm roughly parallel to the Floodwall stem, The Access Road Wall will retain soil for an access ramp from the landside toe of the Floodwall to the top of the levee embankment. The top of the Floodwall and the portion of the Access Road Walt downstream of Sta. 10+00 will be at or above the 0.2%-annual-chance flood level plus 3 feet of freeboard. We will work closely with the City and our structural engineering subconsultant, Shearer Design, LLC,to provide engineering support during construction in regards to the following design elements: • Steel Sheet Piles • Subgrade preparation and earthwork activities • Reinforced concrete walls and footings • hand Railings • Floodgate Scope of Services We propose to perform the following scope of services: • Attend an early construction meeting to review the City's heeds and expectations and meet project personnel, www.eeico nsu m l to es.eo Gm Consultants,Inc. 180 Grand Ave,Suite 1410,Oatdand,CA 94612 510.350.2900 Fax 510.350,2901 i Ms. Kelly Casteel 2 July 27, 2015 e Participate in select construction meetings by conference call. Participation will be limited to meetings where discussion of the following activities will be a significant topic of the meeting: o Pre-Construction Inspection Activities o Sheet Piles o Concrete floodwalls o Hand Railing o Associated;,Earthwork o Floodgate o Wall and earthwork construction adjacent to 2000'Street Bridge • Support the City in reviewing contractor submittals with significant engineering content, including contractor work plans and proposed materials for earthwork, sheet piles installation, concrete walls,hand railing, earthwork and floodgate. • Review material certificates and QC and QA test reports for fill,concrete and other items associated with the work outlined above. Support City in reviewing and responding to RFPs that involve significant engineering content. C Participate onsite at the startup of the following construction activities: o Sheet Pile Installation o Associated Earthwork o Concrete footing and wall construction o Hand Railing The purpose of the onsite participation at the startup of these activities is to evaluate site conditions and construction procedures to confirm they are consistent with design assumptions. • Support City in reviewing change order requests if desired by the City. Y Support City with evaluation of contractor claims if needed. Perform design evaluations and prepare design modifications as required to conform - design to conditions exposed during construction. Assist the City in reviewing As-built Drawings prepared by the City or the Contractor as requested. Materials testing, daily inspections, and other construction management duties are not included in this scope.We have assumed that they will be performed by the City's construction management personnel and an inspection/testing firm. j �i i I I I i i Ms.belly Casteel 3 July 27, 2015 Schedule We understand the project is currently out to bid with an expectation that construction will begin in September 2015, We expect construction will be substantially completed by November 2015. Cost Estimate 'rho proposed scope and level of effort are dependent on actual project duration,contractor activities,submittals,requests forinformation,and other itemsoutside our control. For budgeting purposes, a preliminary breakdown of the estimated costs is included in the table below. We will not exceed the total estimated amount of$47,688 without your written authorization, Staff: Project .Nickerson Pujol GEI GEI Shearer '. Engr. Labor Direct Design Total Total Expenses Subcontract Rate: $126__�225 $253 P Meetings and Conf. Calls 8 8 2 $3,314 $D $3,314 Submittal/RFI Review 8 16 1 $4,861 $0 $4,861 Review QA/QC Documentation 8 4 1 $2,161 $0 $2161 Const. Site Visit 12 4 1 $2,666 $2,000 $0 $4 665 Support CO Request 2 2 2 $1 208 $0 $1,208 j Support Claims Request_ 1 2 1 1 $829 _ $0 $829 Design Modifications 4 _ 6 2 $2,360 $0 $2,360 Review As-Builts 4 8 2 $2,810 $0 $2,810 Shearer Subcontract 4 2 $1,406 $21,262 $22,668 Project Management _ 8 q 24,42 $0 $2,812 Subtotals $ 4,426 _$2,000 $21,262 Suggested Budget - $47,688 Conditions Our services will be provided in accordance with previously negotiated contract terms and conditions for the Briscoe-Deshnone Levee. We will perform the above scope of work on a time and materials basis. Invoices will be submitted monthly based on the service performed as of the end of each billing period. GEI's billing rates for 2015 are included in Attachment B. Ms. Kelly Casteel 4 July 27,2015 Closing Thank you for the opportunity to submit this scope and cost estimate. We took forward to continuing to work with you on this project. Please call me at 510-350-2908 or Jim Nickerson at 781-712-4023 if you have any questions. Sincerely, GEI CONSULTANTS, INC. W i Alberto Pujol,P.E. Vice President,Project Manager Attachment: A-Shearer Design Letter of Scope B—GEI2015 Fee Schedule C: Jim Nickerson MMATA=2MI A-3 Bmwe Desimwm Reedt t Desi0n'Smject\fenxgementWroposal forlU ch 4 LM ftpoa'Scope-SudR t Dtirme Desimuno ReWi 4 CMSuppotl 2015 0127.d-e i ATTACHMENT A SHEARER DESIGN LLC. SHEARER DESIGN tie Bridge Design, Construction Engineering and infrastructure Aesthetics 3613 Phlnney Ave N#B Seattle,WA 98103 (206)781-7830 July 17, 2015 GEI Consultants, Inc. 180 Grand Avenue, Suite 1410 Oakland, CA 94612 Subject: Kent Briscoe-Desimone Levee Improvements Construction Support Reach 4 Attn: Alberto Pujol, P.E., G.E. and Jim Nickerson P.E. Dear Jim; We are happy to provide continued engineering services for the Kent Briscoe-Desimone Levee Improvement Project. This attached scope pertains to Construction Support for Levee Reach 4. As discussed I believe the best way we can support the project is in the following areas: Task 1.1 Pre-Construction Meeting This task will cover the review of the current bid documents and attendance at the pre- construction meeting. Task 1.2 RFI & Shop Drawings Under this task we will review and comment on project submitted shop drawings and request for information (RFI)from the Contractor that pertain to drawings prepared by Shearer Design in the bid set, Areas Covered • Retaining Wall • Stop Logs • Railing • Materials Task 1.3 Routine Inspections This task will cover onsite inspections for compliance with the bid documents or for construction problem solving. Areas Covered • Cap Beam • Wall Reinforcing Task 1.4 Administration This task will cover the general project coordination and project meeting points, Included will be: • Conference calls with GEI to discuss the project progress. • Communicate periodically through the advancement of the construction to discuss any interim results, challenges and directions. I I 11SHEARERSERVER\D-Drive\ADMIN\Job Contracts\C-0219 Kent Levee\Contract\0219 Scope 6 Construction Support Reach 4,docx I SHEARER DESIGN LLC. SHEARER DESIGN LLO I'm'M Bridge Design, Construction Engineering and Infrastructure Aesthetics 3613 Phinney Ave N#B Seattle,WA 98103 (206)781-7830 Items not included in this proposal: Full time onsite inspection (Assumed to be City of Kent). Materials testing services. Please see the enclosed spreadsheet for a summary of our estimated cost & hours for this phase of the project. We look forward to working with you again on this project. If you have any questions please feel free to call. Sincerely, David R. Shearer S.E. Principal SHEARER DESIGN I \\SHEARERSERVERIb-Drive\ADMIN\Job Contractsl0-0219 Kent LevealContracti0219 Scope 6 Construction Support Reach 4.doc i III p 1 I 00 O 1 00 O N i to � Ul M i I c I GI c o I j L ga 0 ° u m � r o , E PtC L — E ao� � � O ( �IN � �� bL yy % 01 I V w V. V f1 `O N N pOil h Iq m m j (A W es$ I i i I �ry1 C K Y w w vo o.o Q JU �� J a - _ V r- I y t y 3� p� m =y o 2 V N I mm o a jH p y N VI N I U 6 N N d y � y y �ImO r Q v a L5l�citli N M d r i 1 r`n a 11 i Reach 4 Construction Support ATTACHMENT B FEE SCHEDULE AND PAYMENT TERMS GEI FEE SCHEDULE Hourly Billing Rate Personnel Category $oer hour Staff Professional—Grade 1 $104 Staff Professional—Grade 2 $ 114 Project Professional-Grade 3 $ 126 Project Professional-Grade 4 $ 141 Senior Professional—Grade 5 $ 167 Senior Professional-Grade 6 $ 190 Senior Professional—Grade 7 $225 Senior Consultant-.Grade B $253 Senior Consultant—.Grade 9 $312 Senior Principal—Grade 10 $312 ----------------"---—-------- Senior CADD Drafter and Designer $ 126 CADD Drafter Designer and Senior Technician $ 114 Technician,Word Processor,Administrative Staff $ 94 Office Aide $ 73 These rates are billed for both regular and overtime hours in all categories. Rates will increase up to 5%annually, at GEI's option, for all contracts that extend beyond twelve(12)months after the date of the contract.Rates for Deposition and Testimony are increased 1.5 times. OTHER PROJECT COSTS $% Subeonsultants,Subcontractors and-Other Yroj xpenses - All costs for subconsultants, subcontractors and other project expenses will be billed at'{ost plus a 1 °service chuge. Examples of such expenses ordinarily charged to projects are subcontractors; subconsultants: chemical laboratory charges; rented or leased field and laboratory equipment;outside printing and reproduction;communications and mailing charges;reproduction expenses;shipping costs for samples and equipment; disposal of samples;rental vehicles;fares for travel on public carriers; special fees for insurance certificates, permits, licenses, etc.; fees for restoration of paving or land due to field exploration, etc.; state sales and use taxes and state taxes on GEI fees. i Billing Rates for Specialized Technical Computer Programs_.Computer usage for specialized technical programs will be billed at a flat rate of$10.00 per hour in addition to the labor required to operate the computer. Field and Laboratory Equipment ,Billing Rates — GEI-owned field and laboratory equipment such as pumps, sampling equipmeniL monitoring instrumentation, field density equipment portable gas ehmmatographs, etc. will be billed at a daily,weekly,or monthly rate,as needed for the project.Expendable supplies are billed at a unit rate. Transportation and Subsistence-Automobile expenses for GET or employee owned cars will be charged at the rate per mile set by the Internal Revenue Service for tax proposes plus tolls and parking charges or at a day Tate negotiated for each project.When required for a project,four-wheel drive vehicles owned by GEI or the employees will be billed at a daily rate appropriate for those vehicles, Per diem living costs for personnel on assignment away from their home office will be negotiated for each project. PAYMENTTERMS Invoices wilt be submitted monthly or upon completion of a specified scope of service, as described in the mcom- panying contract(proposal,project,or agreement document that is signed and dated by GEI and CLIENT). Payment is due upon receipt of the invoice. Interest will accrue at the Tate of 1%of the invoice amount per month,for amounts that remain unpaid more than 30 days after the invoice date. All payments wilt be made by either check or electronic transfer to the address speeifi�`l.by GEI and will include reference to GEI°s invoice number. -- 4 ddays _....__.. Fee Schedule 2015 ATTACHMENT A EXHIBIT C INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor 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 Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor 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 $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $5,000,000 per occurrence and in the aggregate. 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 District shall be named as an 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. II EXHIBIT C (Continued) P� Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $5,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $5,000,000 per occurrence and in the aggregate. 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 $2,000,000 per accident. 3. Professional Liability (Errors & omissions) insurance shall be written with limits no less than $5,000,000 per claim and $5,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor'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 Contractor's insurance and shall not contribute with it. 2. The Contractor'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 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 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 receive a certified copy of all required insurance policies. The Contractor'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) Da Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor 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, G. Verification of Coverage Contractor 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 Contractor before commencement of the work. H. Subcontractors Contractor 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 Contractor. ✓MON GEICONS-01 CREINHARDT 411co/?® CERTIFICATE OF LIABILITY INSURANCE DATE(MYYY) �- 8/19/2012015 ' 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 ' CONTACT NAME: .Ames&Gough PHONE 17)328-6555 FAX (617)328-6888 859 Willard Street LAIC.No Ezt a//6 _ _....... (AIC,No): Suite 320 E Quincy,y,MA 02169 E-MAILD _SS:boston@amesgough.com _ - 11 ' INSURER(5)AFFORDING COVERAGE NAIC# INSURER A:National Union Fire Insurance Company of Pittsburgh,PA 19445 INSURED INSURER B:Continental Casualty Company CNA)A(XV) ''120443 GEI Consultants,Inc. INSURERC:AIG Specialty_Insurance Company A(XV) 26883 180 Grand Ave INSURER D Oakland,CA 94612 INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 1. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 1 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBRI POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD'..WVD POLICY NUMBER MMIDO/Y1'YY) (MMIODfYYYYl LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE ' $ 1,000,000 GE TO RENTED CLAIMS MADEX'',", OCCUR X X 7046470 y/ 03/g112015 03/0V2076 PREMISES(Ea occurrence $ 300,000 MED EXP(Any one person) $ 15,000 11 1 PERSONAL&ADV INJURY $ 1,000,00 GEHL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X.� PE' n LOC PRODUCTS COMP/OP AGG $ 2,000,000 OTHER: _$.. _._ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 (Ea accident) _ A JX ANY AUTO X X 2248367 03/01/201510310112016 BODILY INJURY(Par person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS X '. NON-OWNED PROPERTY DAMAGE -$ HIRED AUTOS AU 705 Per accident $ ';_X _III., UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 6,000,000 B EXCESS LIAR CLAIMS-MADE X X 6011396137 03/0112015 03/01/2016 AGGREGATE $ 6,000,000 OED X '1 RETENTION$ 0AND EMPLOYERS'LIABILITY $ WORKERS COMPENSATION -IX PER OTN- Y� STATUTE GR A ANV PROPRI CER/MEETOR/PARTNDED? curroE X 026034972 03l01l2015 03/01I2016; E.L.EACH ACCIDENT $ 1,000,000 (Mandatory EXCLUDED? N NIA (Mandatary in NH) E.L.DISEASE,EA EMPLOYEE 1,000,000 If yes,describe under E.L.DISEASE P DESCRIPTION OF OPERATIONS below DISEASE-POLICY LIMIT $ 1,000,000 C Prof.Liability 17788026 01/0112015 03/01/2016 Per Claim 5,000,000 C ',&Pollution Liab. I17788026 0310112015 03101/2016 Aggregate 5,000,00C DESCRIPTION OF OPERATIONSI LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached If more space is required) All Coverages are in accordance with the policy terms and conditions. Project:Kent-Briscoe-Desimone Levee Reach 4 Construction The City of Kent,King County and the King County Flood Control District shall be named as Additional Insured with respects to General,Auto and Umbrella Liability where required by written contract.Insurance(excluding Workers Compensation,Umbrella&Professional Liability)is Primary and Non-contributory. A Waiver of Subrogation and 30 Day Notice of Cancellation is provided in accordance with the policy terms and conditions. CERTIFICATE HOLDER CANCELLATION 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE @ 1988-2014 ACORD CORPORATION. All rights reserved. 1 ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A.M. 03/01/2015 forms a part of policy No. 7046470 issued to GE CONSULTANTS, INC, by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES, OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF ADDITIONAL INSURED PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: PER THE CONTRACT OR AGREEMENT. ADDITIONAL PREMIUM: (If No entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) SECTION II -WHO IS AN INSURED is amended to Include as an Insured; The parson or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". All other terms and conditions remain unchanged. AA prized Rel3resentatIve or pCountersi nature fin States Where Includes copyrighted materiel of'pplicabfei 97837 (4108) insurance Services Otfiae, Inc.,with Its permission, Page i of 1 ENDORSEMENT This endorsement, effective 12:01 A.M, 03/01/2015 forms a part of Policy No. 7046470 issued to GEI CONSULTANTS, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES, OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) A. SECTION II -WHO IS AN INSURED is amended to include as an Insured; The person or organization shown In the schedule, but only with respect to liability arising out of your ongoing operations performed for that additional insured. B. With respect to the insurance afforded to these additional insureds, SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. - Exclusions, is amended to include the following additional exclusion; This Insurance does not apply to "bodily injury" or "property damage" occurring after: f1f all work, Including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or, (2) that portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as a part of the same project. All other terms and conditions remain unchanged. -�50 autho ed Re resentative or- Counters( nature (in States Where Applicable! 97836 (4/08) Includes copyrighted matedai of Page 1 of 1 Insurance Services Office, Inc.,with Its permission. ENDORSEMENT This endorsement, effective 12;01 A_M, 03/01/2015 forms a part of policy No. 7046470 issued to cEI consultants, Inc, by National Union Fire insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED a PRIMARY INSURANCE This endorsement modifies Insurance provlded under the following, COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section IV, Commercial General Liability Conditions, paragraph 4., Other Insurance, subparagraph a Primary Insurance, is amended by the addition of the following; However, coverage under this policy afforded to an additional Insured will apply as primary insurance w ere raqu ree gntraCt, and any other Insurance Issued to such additional lnsured shall apply as excess and noncontributory insurance. I I Authorized Representative or Counters! nature (in States Whore 74434 (10199) Applicable ,El Consultants, Inc. clicy#x 7046470 Eff: 3/1/15 - 3/1/16 POLICY NUMBER: GL 7o4-64-70 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance policy provided that: Condition and supersedes any provision to the (1) The additional insured is a Named Insured contrary: under such other insurance; and Primary And Noncontributory Insurance (2)You have agreed in writing in a contract This insurance is primary to and will not or agreement that this insurance would seek contribution from any other insurance be primary and would not seek contribu- available to an additional insured under your tion from any other insurance available to the additional insured. CG 20 01 04 13 0 Insurance Services Office, Inc„ 2012 Page 1 of 1 i i ENDORSEMENT This ondorsement,offectiva 12;01 AW, 03/01/2015 forms a part of l polloy No. 2248367 fssuodto OR CONSULTANTS, INC, V by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA V THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREPULLY, ADDITIONAL INSURED -WHERE REQUIRED UNDER CONTRACT OR AGREEMENT k rhls endorsement modlflos fnsurence provided under rho following: u ;i BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED! k ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED $TATU& BUT ONLY To THE EXTENT OF SUCH PERSON OR ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A COVERED AUTO, I, SECTION It, LIABILITY COVERAGn,A. Coverage, 1, -Who Is Insured, Is amended to add; d, Any parson or oroanlzodon, shown in the sohedule above, to whom you become obligated _ to Inoluda as an additional Insured under this polloy,as a result of any contrast or agreement you enter Into which requires YOU to furnish Insurance to that parson or organization of the �I type provided by t11Is policy, but only with rospeot to liability arlsing out of use of a covered "auto". Idowover, the Uieuranoe provided will not oxceed the Iosaar of; (1) Tho coverage and/or Malts of this polfoy, or I (2) Tho oovorago and/or limits required by sold ooni aat or agreement, I{ j Ii d Atithorl�zod R ror fl au itsYYsiggnaMra In States Whore pip Isple) 87950(10/05) Page 1 of 'I � I [� s +reeTa Agenda Item: Consent Calendar - 7D W'1.111H..11k TO: City Council DATE: September 1, 2015 SUBJECT: Consultant Services Agreement with GEI for Construction Support for Briscoe-Desimone Reach 4 - Authorize MOTION: Authorize the Mayor to sign a consultant services agreement with GEI Consultants, Inc. in an amount not to exceed $47,688 to provide engineering services for the Briscoe-Desimone Levee Reach 4 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 South 180th Street and South 200`h Street, Reach 4 of this levee is located within the city limits of Kent and provides flood protection for the cities of Kent, Tukwila and Renton. In 2011, the City, in conjunction with the King CountN, Flood Control District (KCFCD), was successful in obtaining a $7 million grant from the Washington State Legislature to fund reconstruction of the Briscoe-Desimone Levee. In June, 2013, the City entered into an interlocal agreement with the KCFCD which allocated an additional $11 million of District funds and assigned responsibility for design and construction of the project to the City of Kent. Three of those areas have been deconstructed and the fourth will start construction in September. In order to receive =EMA certification it is imperative that construction of these levees be monitored to ensure that they are reconstructed in acceptance with FEMA standards. At the August 4, 2015, Council meeting, the construction contract for Reach 4 was ' awarded to Razz Construction. Under this consultant services agreement, GEI will provide construction engineering support for'Reach 4' iy- EXHIBITS: Consultant Services Agreement with GEI Consultants, Inc. RECOMMENDED BY: Public Works Committee YEA: Ralph, Fincher, Higgins NAY: BUDGET IMPACTS: This contract will be funded out of the $18 million which was allocated to the Briscoe-Desimone Levee project throfagh an interlocal agreement with the KCFCD. F REQUEST FOR MAYOR'S SIGNATURE KEiVT f Routing Information(ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT-); �}���.y.. N P✓f� Approv by Djrector Originator: Kelly�Casteel Phone (Originator): 5561 Date Sent; afl . Date Re wired: aksh4 Return Signed Document to:Nancy Yoshitake Contract Termination Date12/31/16 VENDOR NAME, Date Finance Notified: GE� COnSUIaCItS Inc. (only required on contracts 8/11/15 10 000 and.over or on.any Grant DATE OF COUNCIL APPROVAL Date Risk Manager Notified:N/A 9/1/15 ge wired on`Non Cit Standard Contracts/A reements Has this Document been Specifically Account Number: D20082 Authorized in the Budget?O YES QN0 Brief Explanation of Document: The attached agreement is for GEI to provide engineering support for the construction phase of the Briscoe-Desimone Levee Improvements Reach 4 project. All Contracts Must Be Routed Through The Law Department (This area to be completed b the Law eparti er?t) Received: � ) 3 Approval of Law Dept 4t Law Dept, Comments„ sz, 2'� � f w Date Forwarded to Mayor f V — Shaded Areas To Be Completed By Administration Staff Received: 6� , _ — Recommendations`and Comments: Disposition: # org Date Returned: a.ci reams oo,mamv,aaR ,o,rewy _� � ayn sse� ,