Loading...
HomeMy WebLinkAboutPK18-090 - Original - GeoTest Services Inc - Contract - 3/1/18 cords KENTr WASH NNGTON CONTRACT COVER SKEET 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 Dame: GeoTest Services Inc. Vendor Number: JD Edwards Number Contract Number: -1 " 0 This is assigned by City Clerk's Office Project Name: Inspections & Testing of Floats for Lake Fenwick Floating Walkway Description: ❑ Interlocal Agreement El Change Order 0 Amendment Z Contract ❑ Other: Contract Effective Date: 3/1/18 Termination Dante: 6/30/18 Contract Renewal Notice (Days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Lynn Osborn/BH Department: Parks Planning & Dev. Contract Amount: $11,522,00 Approval Authority: ® Department Director ❑Mayor ❑City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Consultant Services Agreement for inspection and testing of concrete float segments for e k Lake Fnwic Floating U"J R aIkway eplacement ---------------------------- _... Division Contract PPDI, '' j adccWI0$77_8_14 KENT CONSULTANT SERVICES AGREEMENT between the City of Kent and GeoTest Services Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and GeoTest Services Inc. organized under the laws of the State of Washington, located and doing business at 741 Marine Drive, Bellingham, WA 98225 (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: GeoTest Services will perform inspections of pre-cast concrete floats for the Lake Fenwick Floating Walkway Replacement, including reinforcing steel and anchor bolt placement and formwork, and testing compressive strength of concrete, in accordance with the attached and incorporated Exhibit A, except for that portion that contains Consultant's "Professional Service Agreement" and its "General Conditions," which are specifically excluded and not incorporated within this Agreement. 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 6/30/2018, III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $11,522.00, 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 A. 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 ($20,000 or Less) 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 performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of 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 duty to defend, indemnify, and hold the City harmless, and Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. CONSULTANT SERVICES AGREEMENT - 2 ($20,000 or Less) 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 B 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 CONSULTANT SERVICES AGREEMENT - 3 ($20,000 or Less) 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 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 ($20,000 or Less) 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. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT: By: By: (signature) (signature) Print Name: e-t.-r" rcrSx Print Name: Julie Parascondola Its: ?fe-s"-fenf— Its: Parks, Recreation & Community (title) Services Director DATE: 2- -2-7-2-015 DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF DENT: David Rauch Bryan Higgins GeaTest Services Inc. City of Kent 741 Marine Drive 220 Fourth Avenue South Bellingham, WA 98225 Kent, WA 98032 360-733-7318 (telephone) (253) 856-5113 (telephone) Davidr@geotest-inc.com BHiqgins@Kentwa.gov Fe—ick\2017 Floiting Walkway\GeoTest-PreCastCf)iic7psRing-CONT�AC,7 CONSULTANT SERVICES AGREEMENT - 5 ($20,000 or Less) K, Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shale 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 orig%nal signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms, of the Agreement shall be deemed to have applied. —CITY OF--"K"--,E- ... ,NT- B By: 1- 4 B (signature) By N Print Name: e-L-e, i C'4 o A t Name: Julie Parascondola Its:----2-ci-s J"a r Its: Parks, Recreation & Community (title) Services Director DATE: Z 7-—2 11 DATE: ............ NOTICES, TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: David Rauch Bryan Higgins GeoTest Services Inc. City of Kent 741 Marine Drive 220 Fourth Avenue South BeMngham, WA 98225 Kent, WA 98032 360-733-7318 (telephone) (253) 856-5113 (telephone) Davidr@geotest-inc.com BNiggins@Kentwa.gov 20!7 F CONSULTANT SERVICES AGREEMENT - 5 ($20,000 or Less) 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: Title: i�res�cr2n f" Date: 2- ' 27r 7— !g 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 EXHIBIT A 18-103T GeoTest Services Inc. February 20,2018 Arlington, Bellingham, Oak Harbor LAKE FENWICK FLOATING WALKWAY REPLACEMENT 25828 Lake Fenwick Road, Kent, WA 98032 Construction Special Inspection & Testing GeoTest is pleased to submit this cost estimate for the above project. Based on a review of the plans and specifications, we believe that the costs for precast concrete testing will be approximately$11,522 for the scope of work detailed below. This is a time and materials estimate intended for budgeting purposes. Our costs are a direct reflection of the project construction schedule. Our client will only be billed for actual services rendered to the project. Understanding that fabrication shop schedules and logistics can vary, we recommend an anticipated budget range of $10,500 to$12,500 for our services. This is a time and materials estimate intended for budgeting purposes. Our costs are a direct reflection of the project construction schedule. ASSUMPTIONS 27 total floats.Assumes 2 floats poured per visit. No welding nor high strength bolding inspections CONCRETE Periodic Inspection of reinforcing steel placement, anchor bolt placement,and formwork. Continuous inspection during placement, including sampling,slump, air, temperature,yield and taking concrete specimens. Test concrete for compressive strength. Testllnspection Item Visits Hours per Number of Unit Rate Total Visit Tests Precast Concrete Floats 14 4 $70 $3,920 Sepearate Rebar Inspections 14 4 $70 $3,920 Sample Pickup and Processing 14 1 $70 $980 Concrete Compression Tests 14 sets x 5 ea. 70 $25 $1,750 Subtotal $10,570 Test/inspection Item Visits I Hours I Unit Rate Total Project Manager 1 7 1 S100 $700 Trip Charge 10 mi x 0.601mi=$61tri ) 42 1 S6 $252 Subtotal $952 Total Estimate $11,522 Page 1 of 1 EXHIBIT A(Continued) 7A I F.lar.n.:Dn•.a Ca G QTG 5T B ti n Ihi n.Y/A 9322i Z'y I1 37 NE 33 Tl. r�r Ahq:on.Y;A9„?_'3 •.. - ' PROFESSIONAL SERVICE AGREEMENT Project: Lake Fenwick Floating Dock, Kent. WA Date: February 20, 2018 Client: City of Kent, WA, Park Planning & Dev. GTS Proposal #: 18-103T Thank you for selecting GeoTest Services Inc. to provide materials testing and inspection services. All services for this project will be billed at hourly rates in accordance with the attached 2018 Fee Schedule and General Conditions. Terms, fees, and conditions are subject to change after 90 days from the date of this proposal. GeoTest Services will only invoice on a time and materials basis for time actually spent servicing this project and the related laboratory testing in accordance with the attached fee schedule. A four hour minimum charge per visit applies to all inspections. A premium rate of 1.5 times the regular rate will be charged for all work outside of normal business hours. Payment is net 30 days. In order to properly service your project GeoTest requests a minimum 24 hours advance notice for scheduling. In acceptance of our terms and conditions, please sign below and return the original agreement to our office and keep a copy for your records. If there are any questions, please contact David Rauch, Engineering Project Manager. Again, thank you for selecting GeoTest Services, Inc. We look forward to being a part of your project team. Respectfully Submitted, Accepted by, David Rauch, P.E. GeoTest Services, Inc. Client/Representative Engineering Project Manager Title Title 02-20-2018 Date Date Attachments: 2018 Fee Schedule& General Conditions GEOTEST SERVICES, INC. EXHIBIT A(Continued) Arlington, Bellingham, Oak Harbor, WA FEE SCHEDULE 2018 ENGINEERING, GEOLOGICAL & ENVIRONMENTAL SERVICES Senior Geotechnical Engineer............................................................................................. 180.00 hour Professional Engineer......................................................................................................... 140.00 hour GeotechnicalEngineer........................................................................................................ 140.00 hour TechnicalDirector..,............................................................................................................. 125.00 hour StaffEngineer...................................................................................................................... 100.00 hour EngineeringGeologist......................................................................................................... 100.00 hour Environmental Professional................................................................................................. 100.00 hour GeotechnicalTechnician.......................................................................................................85.00 hour Geologist................................................................................................................................ 85.00 hour CONSTRUCTION INSPECTION SERVICES ConcreteInspection...............................................................................................................70.00 hour Prestressed Concrete Inspection..........................................................................................70.00 hour MasonryInspection ...............................................................................................................70.00 hour GroutInspection ....................................................................................................................70.00 hour FireproofingInspection..........................................................................................................70.00 hour Firestopping Inspection .........................................................................................................70.00 hour Proprietary Anchor Inspection...............................................................................................70.00 hour Lateral Framing Inspection (Wood & Steel)..........................................................................75.00 hour Structural Steel Welding and Bolting Inspection...................................................................75.00 hour In-Place Density- Nuclear Gauge, Soils &Asphalt .............................................................75.00 hour SoilsObservation ..................................................................................................................75.00 hour CESCL(Certified Erosion & Sediment Control Lead)........................................................... 75.00 hour Building Envelope Inspection ............................................................................ ................... 90.00 hour CONSTRUCTION SUPPORT SERVICES QA/QC Inspection Engineer..................................................................................................90.00 hour FieldSampling....................................................................................................................... 70.00 hour FieldTechnician ....................................................................................................................70.00 hour Laboratory Technician.,.............................................. .......75.00 hour .................................................... ProjectManager.................................................................... ...... .....................................100.00 hour SPECIALTY SERVICES BoltPull-out Tests .................................................................................................................90.00 hour Ground Penetrating Radar(GPR)....................................................................................... 150.00 hour Pachometer(Magnetic) Rebar Location................................................................................ 90.00 hour Concrete &Asphalt Coring....................................................................................................90.00 hour SchmidtHammer...................................................................................................................90.00 hour WindsorProbe.......................................................................................................................90.00 hour Brick Shear Testing(2 man crew)....................................................................................... 175.00 hour Floor Flatness Testing (Dipstick).........................................................................................120.00 hour Moisture Emission Testing ....................................................................................................90.00 hour 741 Marine Drive,Bellingham,WA 98225 - phone:360,733,7318 • fax:360.733,7418 20611 —67"Ave.NE, Unit A.Arlington,WA 98223 phone: 360.435.1141 • fax: 360,435.1124 840 SE 81"Ave.—Ste 102,Oak Harbor,WA 98277•phone:888.251.5276•fax:360.733.74118 Page 1 of 4 EXHIBIT A(Continued) GEOTEST SERVICES, INC. Arlington, Bellingham, Oak Harbor, WA FEE SCHEDULE 2018 MATERIALS TESTING CONCRETE Compressive Strength - Concrete ........................................................................................... 25.00 ea Compressive Strength-Concrete (cast by others) ................................................................ 30.00 ea Compressive Strength - Drilled Cores (includes trimming and testing) ................................... 60.00 ea Compressive Strength - Sawed Specimens (includes trimming and testing) .......................... 60.00 ea Shotcrete Panel -3 Cores Per Panel ..................................................................................... 200.00 ea Additional Shotcrete Cores....................................................................................................... 75.00 ea Flexural Strength -6" x 6" Beams............................................................................................ 55.00 ea AirDry Unit Weight................................................................................................................... 35.00 ea Trimming Specimens -Per End (when required) .................................................................... 15.00 ea MASONRY Compressive Strength- Mortar, 2" x 4" Cylinder...................................................................... 25.00 ea Compressive Strength - Grout, 4" x 4"x 8" Prism.................................................................... 25.00 ea Compressive Strength-2" x 2" Cubes (Cementitious Grout) ................................................. 25.00 ea Compressive Strength- 2" x 2" Cubes (Epoxy Grout) ............................................................ 30.00 ea Compressive Strength- Composite Prism............................................................................. 100.00 ea Compressive Strength-Masonry Units................................................................................. 100.00 ea AGGREGATE Sieve Analysis, with Wet Wash.............................................................................................. 125.00 ea SieveAnalysis, Dry Only.......................................................................................................... 75.00 ea Sieve Analysis, % Passing#200 Sieve.................................................................................... 75.00 ea Specific Gravity and Absorption -Fine Aggregate................................................................... 75.00 ea Specific Gravity and Absorption -Coarse Aggregate............................................................... 60.00 ea Uncompacted Voids-Fine Aggregate................................................................................... 150.00 ea UnitWeight and Voids.............................................................................................................. 40.00 ea SandEquivalent....................................................................................................................... 80.00 ea MoistureContent...................................................................................................................... 35.00 ea PercentFracture....................................................................................................................... 60.00 ea Organic Impurities Test............................................................................................................ 60.00 ea Clay Lumps and Friable Particles............................................................................................. 80.00 ea LightweightPieces.................................................................................................................... 75.00 ea Flat/Elongated Particles............................................................................................................ 80.00 ea ASPHALT Asphalt Content& Gradation (Ignition Furnace)....................................................................245.00 ea Maximum Specific Gravity(Rice Density)................................................................................ 90.00 ea Asphalt Core Density/Thickness .............................................................................................. 40.00 ea Marshall Method Test- Flow, Stability, Density&Voids HotMix Furnished, Set of 3............................................................................................... 300.00 ea LabMixed, Set of 3............................................................................................................ 350.00 ea 741 Marine Drive,Bellingham,WA 98225 • phone:360,733.7318 • fax:360.733.7418 20611 -67"'Ave. NE, Unit A,Arlington,WA 98223 phone: 360.435.1141 . fax: 360.435.1124 840 SE 8"'Ave. -Ste 102,Oak Harbor,WA 98277•phone:888.251.5276•fax:360.733.7418 Page 2 of 4 GEOTEST SERVICES, INC. EXHIBIT A(Continued) Arlington, Bellingham, Oak Harbor, WA FEE SCHEDULE 2018 SOILS SieveAnalysis, with Wet Sieve .............................................................................................. 125.00 ea SieveAnalysis, Dry Only.......................................................................................................... 75.00 ea Sieve Analysis, % Passing #200 Sieve.................................................................................... 75.00 ea Sieve Analysis wl Hydrometer................................................................................................ 200.00 ea Moisture Density Relationship (Proctor)................................................................................. 175.00 ea Moisture Density Relationship (Proctor)wl Sieve.................................................................. 245.00 ea CheckPoint..................................................... ............. 80.00 ea ....................................................... MoistureContent...................................................................................................................... 35.00 ea AtterbergLimits (3 points) ...................................................................................................... 125.00 ea SpecificGravity......................................................................................................................... 75.00 ea Consolidation - 5 Loads.......................................................................................................... 350.00 ea Permeability- Constant Head or Falling Head (each point)................................................... 250.00 ea OrganicContent ....................................................................................................................... 80.00 ea MISCELLANEOUS FireproofingDensity Test ...................................................................................................... 60.00 ea FloorMoisture Test Kit............................................................................................................. 50.00 ea Windsor Probe Pin (Set of 3).................................................................................................... 40.00 ea Whole Building Air Leakage Test...................................................................................................quote Window Water Penetration Test....................................................................................................quote • GeoTest requests 24 hours advance notice for scheduling field services. GeoTest may not be able to provide service for same day call out. • All GeoTest Services, Inc. (GTS) construction inspection services, construction support services & specialty services are billed portal to portal. A daily four hour minimum charge applies to construction inspection &specialty services. Same day cancelations will incur a two-hour minimum charge. • Engineering, Geological, and Environmental Services will be billed in accordance with a project specific proposal. • GeoTest standard operating hours are 7 AM to 5 PM, Monday through Friday, with the exception of holidays. A premium rate of 1.5 times the standard rate will be charged for all work in excess of 8 hours per day and Saturdays. Double-time rates will be applied to services provided on Sundays & legal Holidays. • A one-hour minimum laboratory technician fee will be applied on Saturdays,Sundays&legal Holidays at 1.5 times the regular rate for any laboratory testing services. • Night shift (work outside standard operating hours): An eight (8)hour minimum charge at 1.5 times the standard rate may apply to such work including same day cancellations. A four(4)hour minimum charge at 1.5 times the regular rate applies to lab night work. • A trip charge shall be invoiced at$0.60 per map mile from our nearest office-portal to portal. • Field testing equipment expenses are included in the hourly rates except where specifically noted on the fee schedule or a project specific proposal. • Laboratory rush samples(less than 48hr turn-around time)will be invoiced at 1.5 times the standard test rate. • Rental equipment,reimbursable expenses and subcontractor fees will be invoiced at cost plus 15%. • Unless otherwise agreed,test specimens or samples will be disposed of immediately upon completion of the test. The ordering of work from GTS shall constitute acceptance of the Fee Schedule, General Conditions,and any project specific proposal. 741 Marine Drive.Bellingham,WA 98225 • phone:360.733.7318 • fax:360.733.7418 20611 —67"Ave.NE, Unit A,Arlington,WA 98223 phone: 360.435.1141 • fax: 360.435,1124 840 SE 8'n Ave.—Ste 102.Oak Harbor,WA 98277•phone:888.251.5276•fax:360.733.7418 Page 3 of 4 EXHIBIT A(Continued) GEOTEST SERVICES, INC. Arlington, Bellingham, Oak Harbor, WA Is.ued:January 1.2018 GENERAL CONDITIONS I The client understands that no final letter of compliance will be issued to the building department for the project until all outstanding invoices have been paid. Client acknowledges that GTS has explained the full range of services it offers and the manner in which they could be applied to this project.Client also avers that he/she understands the value and benefit of these services and has of his/her own accord decided upon those identified in the mutually agreed to scope of work. Client agrees to hold GTS harmless and indemnify GTS for claims,demand,suit,action or assertion of any kind that arise from any work performed by GTS, and/or arise from any source due to GTS'failure to provide services that Client has specifically not included in the list of services identified in the mutually agreed to scope of work. Such duty extends to and applies to any claim,demand.suit,action or assertion raised by an employee of Client,and for this limited purpose Client waives the protection afforded by any exclusivity provision under any applicable workers'compensation or industrial insurance act,including,but not limited to,RCW Title 51. Client further agrees to indemnify and pay GTS for the cost of defending any such claims and rewards or settlements resulting there from. 3 Unless otherwise staled in writing.Client assumes sole responsibility for determining whether the quantity and the nature of work ordered by Client is adequate and sufficient for Client's intended purpose Client shall communicate these General Conditions to each and every third party to whom Client transmits any part of GTS's work GTS shall have no duty or obligation to any third party greater than that set forth in GTS s proposal.Client's acceptance thereof and these General Conditions The ordering of work from GTS shall constitute acceptance of the terms of GTS's proposal and these General Conditions d Client shall initiate all tests and inspections of the site,materials and work performed by GTS or others to be timely and properly performed in accordance with the plans,specifications and contract documents.and GTS's recommendations No claims for loss,damage or injury shall be brought against GTS by Client or any third party unless all tests and inspections have been so performed and unless GTS's recommendations have been followed. Client agrees to indemnify,defend and hold GTS.its officers,employees and agents harmless from any and all claims,suits,losses,costs and expenses,including but not limited to,court costs and reasonable attorney's fees in the event that all such tests and inspections are not so performed,or GTS's recommendations are not so followed except to the extent that such failure is the result of the negligence,willful or wanton act or omission of GTS,its officers,agents or employees. 5. GTS's work shall not include determining, supervising or implementing the means, methods, techniques, sequences or procedures of construction. GTS shall not be responsible for evaluating,reporting of affecting job conditions concerning health,safely or welfare. GTS's work or failure to perform same shall not in any way excuse any contractor,subcontractor or supplier from performance of its work in accordance with the contract documents. 6. Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within thirty (30)days of its receipt. Client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause within said thirty(30)day period at the maximum interest rate permitted under applicable law, whichever is the lesser)until paid. Client agrees to pay GTS's cost of collection of all amounts due and unpaid after sixty(60)days,including court costs and reasonable attorney's fees. 7. The extension of unit prices herein with quantities to establish a total estimated cost does not guarantee a maximum cost to complete the inspection and/or testing for a construction project. The quantities when given are estimated based on contract documents and construction schedules made available at the time of proposal preparation. Since construction schedules,performance,production and charges are directed and/or controlled by others,any quantity extensions must be considered as estimated and not a guarantee of maximum cost. The term`Cost Estimate'does not imply a maximum contract amount,but only the extension value of our unit prices at the time of proposal preparation. 8 GTS is covered by General Liability Insurance for bodily injury and property damage arising directly from our negligent acts or omissions, with a combined single limit of$2,000,000 dollars per occurrence. If Client requires additional coverage in excess of this amount, and if procurable.GTS will take out additional General Liability Insurance to the limits Client requires at client's expense 't GTS will provide its professional services to Client,as defined by its scope of work with that degree of care and skill ordinarily exercised under similar circumstances by members of its profession. This representation is in lieu of any warranties or other representations,either expressed or implied. It is also understood and agreed that statements made in GTS reports are opinions and/or interpretations based on professional judgment,and should not be construed to be conclusive representations of fact. If conditions different from what are indicated in the reports come to Client's attention after receipt of the reports,it is recommended that Client contact GTS immediately to authorize further appropriate evaluation. GTS agrees to hold harmless and to indemnify Client on account of any damages due to bodily injury or property damage,or breach of contract,arising directly out of a negligent act or omission in the performance of professional services by GTS;provided, however,that any such liability to any third party arising out of GTS's performance of professional services,shall not exceed Fifty Thousand Dollars($50,000.00).or the total amount of the fee paid. 10. Except to the extent specifically addressed in Paragraph 9,Client agrees to indemnify,defend and hold GTS,its officers,employees, agents and independent contractors harmless form any and all claims,suits,losses,costs and expenses,including but not limited to,court costs and reasonable attorneys fees arising or alleging to have arisen out of the performance of GTS's work in the event that Client or Client's principal shall bring any suit,cause of action,claim or counterclaim against GTS to the extent that GTS shall prevail in such suit, cause of action,claim or counterclaim,the party initiating such action shall pay to GTS the costs and expenses incurred by GTS to answer and/or defend such suit,cause of action,claim or counterclaim,including reasonable attorneys fees,court costs,witness fees and other related expenses. 741 Marine Drive,Bellingham,WA 98225 • phone:360.733.7318 • fax:360,733.7418 20611 —67"Ave.NE,Unit A,Arlington,WA 98223 phone: 360.435.1141 • fax: 360.435.1124 840 SE 8'"Ave.—Ste 102,Oak Harbor,WA 98277•phone:888.251,5276•fax:360.733.7418 Page 4 of 4 EXHIBIT B 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. 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. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. EXHIBIT B (Continued) B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 3. Professional Liability insurance shall be written with limits no less than $2,000,000 per claim and $2,000,000 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 insurance: 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 shall be named as an additional insured 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 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. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. EXHIBIT B (Continued) E. 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 insurance requirements of the Contractor before commencement of the work. F. 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. ACO a DATE(MMIDDIYYYY) `� CERTIFICATE OF LIABILITY INSURANCE z/za/tole 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 Sandi Jones NAME: Rice Insurance LLC LAIC no,Ext): (360)734-1161 FA No):(360)734-1173 1400 Broadway E-MAIL Sandi@riceinsurance.com ADDRES_S: P.O. BOX 639 INSURER(S)AFFORDING COVERAGE NAIC 0 Bellingham WA 98227 INSURER A:Hartf ord Casualty 29424 INSURED INSURER B.Hart ford Ins Co of Midwest 37478 Geo Test Services Inc INSURERC:Crum & Forster Specialty Ins Co 741 Marine Dr INSURERD: INSURER E: Bellingham WA 98225 INSURERF: COVERAGES CERTIFICATE NUMBER:CL1732841611 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE INSD ADDL'SUBR' POLICY EFF POLICY EXP LTR POLICY NUMBER MMlDDlYYYY MMlDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED - - —-- - - - A CLAIMS-MADE X OCCUR PREMISES_(Ea occurrence) $ 300,000 X Y 52SBAIX2813 4/2/2017 4/2/2018 MED EXP(Arty one person) $ 10,000 PERSONAL&ADV INJURY $ 2,000,000 G_ENI AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X JEC LOC PRODUCTS-COMPIOPAGG $ 4,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 _--- (Ea accident) B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED 52UECPE6011 4/SCHEDULED 2 .AUTOS AUTOS X Y /2017 4/2/2018 BODILY INJURY(Per accident) $ HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 81000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 810001000 DED X TRETENTION$ 10,000 52SBAIX2813 4/2/2017 4/2/2018 $ WORKERS COMPENSATION PER X OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETORIPARTNERIEXECUTIVE WA Stop Gap E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? NIA A (Mandatory in NH) 52SBAIX2813 4/2/2017 4/2/2018 E.L.DISEASE-EA EMPLOYEE $ 11000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 11000,000 C Professional Liability X Y PKC104929 4/2/2017 4/2/2018 Aggregate&Each Claim Limit 2,000,000 Pollution Liability PKC104929 4/2/2017 4/2/2018 Aggregate&Each Claim Limit 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Lake Fenwick Floating Walkway Replacement, Kent, WA Certificate Holder is Additional Insured as respects to attached form SS00080405 for General Liability. Coverage is Primary and Non Contributory and the Waiver of Subrogation is included for General Liability. Professional/Pollution Additional Insured form ESB-COM-1108-279 is included and the Waiver of Subrogation form ESB-COM-1108-228. Auto Additional Insured per form EA9916 0312; Primary/Non Contributory applies and Waiver of Subrogation per form HA9913 0187 for the Auto Liability. CERTIFICATE HOLDER CANCELLATION LOsborn@kentwa.gov SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 Fourth Ave. South ACCORDANCE WITH THE POLICY PROVISIONS. Kent, WA 98032 AUTHORIZED REPRESENTATIVE Troy Haskell/PROS-�_�� 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 26(2014101) The ACORD name and logo are registered marks of ACORD INS026(201401) COMMENTS/REMARKS Pollution/Professional Additional Insured form EN0111 attached along with the Primary and Non Contributory form ENO1189. OFREMARK COPYRIGHT 2000, AMS SERVICES INC.