HomeMy WebLinkAbout051115_ca04Department of Public Works
O Consent Agenda
Page 1 of 2
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, P.E., Public Works Director /County Engineer —
Agenda Date: May 11, 2015
Subject: Professional Services Agreement with HWA GeoSciences, Inc.
Paradise Bay Road, Phase II
Co. Rd. No. 503608, CR1873
M. P. 0.37 to M. P. 1.53
Statement of Issue:
Professional Services Agreement with HWA GeoSciences, Inc. of Bothell, WA. for providing
Materials Testing and Inspection services for the Paradise Bay Road, Phase II, CR1873
project.
Analysis /Strategic Goals /Pro's Et Con's:
This project is included in the officially adopted 2015 -2020 Transportation Improvement
Program as Item No. 10. This project is also included in the adopted 2015 Annual
Construction Program as item No. 8. The purpose of this project is to construct 11 foot
lanes, 4 foot wide paved shoulders, drainage improvements, asphalt paving, signing,
striping and other work, for this segment of Paradise Bay Road.
This agreement will provide Materials Testing and Inspection services by HWA GeoSciences,
Inc. for the Construction Engineering phase. The required services for this project consist
of: asphalt materials sampling, testing, and reporting. Public Works staff used a consultant
selection process to select this consultant from the MRSC Consultant Roster as the most
highly qualified consultant.
Fiscal Impact/Cost Benefit Analysis:
The maximum amount payable for consultant services under this Consultant Agreement is
$15,000.00. This project has grant funding from the Rural Arterial Program (R.A.P.)
administered via the State of Washington County Road Administration Board. The cost for
these consultant services will be eligible for reimbursement from the R.A.P. funding at the
rate of 90 %.
Recommendation:
The Board is asked to execute the three (3) originals of the Professional Services
Agreement with HWA GeoSciences, Inc., and return two (2) signed originals to Public Works
(attn. John Wayand).
Department of Public Works
O Consent Agenda
Page 2 of 2
Department Contact: John Wayand, Project Manager, 385 -9377
ie c d
i ip Morle , ounty AdministrAor Date
E W
PROFESSIONAL SERVICES AGREEMENT FOR
MATERIALS SAMPLING, TESTING, AND INSPECTION
THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation,
hereinafter referred to as "the County ", and HWA GeoSciences, Inc., hereinafter referred to as "the
Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. tion. The Consultant is retained by the County to provide materials
sampling, testing, and inspection services for the Paradise Bay Road, Phase II project.
2. Scope of Services. Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor.
3. Time for Performance. Work under this contract shall commence upon the giving of written
notice by the County to the Consultant to proceed. Consultant receipt of a Purchase Order
shall constitute said notice. Consultant shall perform all services and provide all work
product required pursuant to this agreement on the dates listed on Exhibit "A ". This
agreement is to remain in effect through October 31, 2015.
4. Payment. The Consultant shall be paid by the County for completed work and for services
rendered under this agreement as follows:
a. Payment for the work provided by Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to Consultant shall
not exceed $15,000.00 without express written modification of the agreement signed
by the County.
b. The consultant may submit invoices to the County once per month during the
progress of the work for partial payment for project completed to date, up to 80% of
total project costs. Such vouchers will be checked by the County, and upon approval
thereof, payment will be made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned
will be made promptly upon its ascertainment and verification by the County after
the completion of the work under this agreement and its acceptance by the County.
d. Payment as provided in this section shall be full compensation for work performed,
services rendered and for all materials, supplies, equipment and incidentals necessary
to complete the work.
C. The Consultant's records and accounts pertaining to this agreement are to be kept
available for inspection by representatives of the County and state for a period of
three (3) years after final payments. Copies shall be made available upon request.
Paradise Bay Road, Phase II
Page 1 of 6
Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
agreement shall be the property of the County whether the project for which they are made
is executed or not. The Consultant shall be permitted to retain copies, including
reproducible copies, of drawings and specifications for information, reference and use in
connection with Consultant's endeavors.
6. Compliance with laws. Consultant shall, in performing the services contemplated by this
agreement, faithfully observe and comply with all federal, state, and local laws, ordinances
and regulations, applicable to the services to be rendered under this agreement.
7. Indemnification. Consultant shall indemnify, defend and hold harmless the County, its
officers, agents and employees, from and against any and all claims, losses or liability, or
any portion thereof, including attorney's fees and costs, arising from injury or death to
persons, including injuries, sickness, disease or death to Consultant's own employees, or
damage to property occasioned by a negligent act, omission or failure of the Consultant.
8. Insurance.
The Consultant shall obtain and keep in force during the terms of the Agreement, policies of
insurance as follows:
If and only if the Consultant employs any person(s) in the status of employee or employees
separate from or in addition to any equity owners, sole proprietor, partners, owners or
shareholders of the Consultant, Worker's Compensation Insurance in an amount or amounts
that are not less than the required statutory minimum(s) as established by the State of
Washington or the state or province where the Consultant is located.
Commercial Automobile Liability Insurance providing bodily injury and property damage
liability coverage for all owned and non -owned vehicles assigned to or used in the
performance of the work for a combined single limit of not less than $500,000 each
occurrence with the COUNTY named as an additional insured in connection with the
CONSULTANT'S performance of the contract.
General Commercial Liability Insurance in an amount not less than a single limit of one
million dollars ($1,000,000) per occurrence and a aggregate of not less than two (2) times
the occurrence amount ($2,000,000.00 minimum) for bodily injury, including death and
property damage, unless a greater amount is specified in the contract specifications. The
insurance coverage shall contain no limitations on the scope of the protection provided and
include the following minimum coverage:
a. Broad Form Property Damage, with no employee exclusion;
b. Personal Injury Liability, including extended bodily injury;
C. Broad Form Contractual /Commercial Liability — including completed operations;
d. Premises — Operations Liability (M &C);
e. Independent Contractors and subcontractors;
£ Blanket Contractual Liability.
Paradise Bay Road, Phase II
Page 2 of 6
The County shall be named as an additional insured party under this policy.
Such insurance coverage shall be evidenced by one of the following methods:
* Certificate of Insurance;
* Self - insurance through an irrevocable Letter of Credit from a qualified financial
institution.
Certificates of coverage as required by this section shall be delivered to the County within
fifteen (15) days of execution of this agreement.
Any deductibles or self - insured retention shall be declared to and approved by the County
prior to the approval of the contract by the County. At the option of the County, the insurer
shall reduce or eliminate deductibles or self - insured retention or the Consultant shall procure
a bond guaranteeing payment of losses and related investigations, claim administration and
defense expenses.
The Consultant shall include all subcontractors as insured under its insurance policies or
shall furnish separate certificates and endorsements for each subcontractor. All insurance
provisions for subcontractors shall be subject to all of the requirements stated herein.
Failure of the Consultant to take out and /or maintain any required insurance shall not relieve
The Consultant from any liability under the Agreement, nor shall the insurance requirements
be construed to conflict with or otherwise limit the obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against
the County (including its employees and other agents and agencies), it being the intention of
the parties that the insurance policies so affected shall protect both parties and be primary
coverage for any and all losses covered by the above described insurance. It is further
agreed by the parties that insurance companies issuing the policy or policies shall have no
recourse against the County (including its employees and other agents and agencies) for
payment of any premiums or for assessments under any form of policy. It is further agreed
by the parties that any and all deductibles in the above described insurance policies shall be
assumed by and be at the sole risk of the Consultant.
It is agreed by the parties that judgments for which the County may be liable, in excess of
insured amounts provided herein, or any portion thereof, may be withheld from payment
due, or to become due, to the Consultant until such time as the Consultant shall furnish
additional security covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for extra
hazardous contracts and specific service agreements.
Any coverage for third party liability claims provided to the County by a "Risk Pool"
created pursuant to Ch. 48.62 RCW shall be non - contributory with respect to any policy of
insurance the Consultant must provide in order to comply with this Agreement.
Paradise Bay Road, Phase II
Page 3 of 6
If the proof of insurance or certificate indicating the County is an "additional insured" to a
policy obtained by the Consultant refers to an endorsement (by number or name) but does
not provide the full text of that endorsement, then it shall be the obligation of the Consultant
to obtain the full text of that endorsement and forward that full text to the County.
The County may, upon the Consultant's failure to comply with all provisions of this contract
relating to insurance, withhold payment or compensation that would otherwise be due to the
Consultant.
9. Independent Contractor. The Consultant and the County agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this agreement.
Nothing in this agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither Consultant nor any employee of Consultant
shall be entitled to any benefits accorded County employees by virtue of the services
provided under this agreement. The County shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
Consultant, or any employee of Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warranty, the County shall have the right to annul this contract without liability or, in its
discretion to deduct from the contract price or consideration, or otherwise recover, the full
amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap in the selection and
retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
agreement without the express written consent of the County.
13. Non - Waiver. Waiver by the County of any provision of this agreement or any time
limitation provided for in this agreement shall not constitute a waiver of any other provision.
14. Termination.
a. The County reserves the right to terminate this agreement at any time by giving ten
(10) days written notice to the Consultant.
Paradise Bay Road, Phase Il
Page 4 of 6
b. In the event of the death of a member, partner or officer of the Consultant, or any of
its supervisory personnel assigned to the project, the surviving members of the
Consultant hereby agree to complete the work under the terms of this agreement, if
requested to do so by the County. This section shall not be a bar to renegotiations of
this agreement between surviving members of the Consultant and the County, if the
County so chooses.
15. Notices. Notices to the County of Jefferson shall be sent to the following address:
Jefferson County Public Works
623 Sheridan Street
Port Townsend, WA 98368
Notices to Consultant shall be sent to the following address:
HWA GeoSciences, Inc.
213123 01h Drive SE, Suite 110
Bothell, Washington 98021 -7010
16. Integrated Agreement. This Agreement together with attachments or addenda, represents
the entire and integrated agreement between the County and the Consultant and supersedes
all prior negotiations, representations, or agreements written or oral. This agreement may be
amended only by written instrument signed by both County and Consultant.
Paradise Bay Road, Phase II
Page 5 of 6
SIGNATURE PAGE
DATED this day of 120
SIGNATURE PAGE
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
HWA GeoSciences, Inc.
Name of Consultant David W. Sullivan, Chair
-S A N H o � 4-
Consultant's Representative Please print)
V'I c
(Signatur f � 1 n/ G► � � (�
Title
Date
Phil Johnson, Member
Kathleen Kler, Member
Approved as toficAm only:
4,)alv-vl�
David Alvarez 0 Date
Deputy Prosecuting Attorney
Mon einders, P.E. Date
Public Works Director /County Engineer
Paradise Bay Road, Phase II
Page 6 of 6
EXHIBIT A
SCOPE OF SERVICES FOR MATERIALS SAMPLING, TESTING, AND
INSPECTION
The CONSULTANT will collect and transport material samples, perform material tests, and prepare test
reports for Hot Mix Asphalt (HMA) mixture and HMA density. The CONSULTANT will provide HMA
plant, weighing scale, and HMA density inspection. Services will be for the Paradise Bay Road, Phase II
Project in Port Ludlow, WA. Testing will be performed in accordance with the WSDOT 2014 Standard
Specifications, WSDOT Materials Manual, WSDOT Construction Manual, and the project Contract
Provisions and Plans. The scope of work consists of the following tasks:
1. Preconstruction Meeting
2. HMA Mix Design Review
3. Limited HMA Plant and Scale Inspection
4. HMA Placement Observation, Materials Sampling, and Compaction Testing
5. Laboratory Material Testing
The assumed project schedule constraints are as follows:
1. Anticipated Construction Start Date — Between May 18 and May 26, 2015.
2. HMA placement between 1500 and 2000 tons per day.
3. HMA Paving completed in 3 Working Days.
4. Anticipated Construction End Date: August 31, 2015.
Task 01 - Preconstruction Meeting
The CONSULTANT will attend and participate in the preconstruction meeting held at the Jefferson
County Department of Public Works. Prior to the meeting, the CONSULTANT will review the draft
Agenda and identify any material testing discussion items that should be included or excluded.
Assumptions
• Jefferson County will prepare the Preconstruction Meeting Agenda and Meeting Minutes.
• Preconstruction Meeting Date: May 12, 2015 (tentative).
Deliverables
• Draft meeting agenda comments and meeting participation.
Task 02 - HMA Mix Design Review
The CONSULTANT will review the Contractor's verified HMA mix design.
Assumptions
Paradise Bay Road, Phase II Project
Page 1
• The HMA mix design will have been verified and approved by WSDOT's Material Laboratory or
by another acceptable certification method meeting APWA GSP 5.04.3(7)A2 "Nonstatistical and
Commercial Evaluation."
• Jefferson County will also review the HMA Mix Design for conformance with the Contract
Provisions and Standard Specifications.
Deliverables
• HMA Mix Design acceptance recommendation documentation.
Task 03 — Limited HMA Plant and Scale Inspection
The following work is proposed for this task:
The CONSULTANT will observe HMA plant operations when on site for sampling in accordance with
the WSDOT Construction Manual Section 5 -04.2A "Hot Mix Plant Inspection." The CONSULTANT
will observe scale operations in accordance with the WSDOT Construction Manual Section 10 -2.2 "Items
Measured by Weight," and Standard Specification Section 1- 09.2(5) "Measurement."
Assumptions
• Plant and scale inspection/observation tasks are periodic and can be completed between obtaining
and transporting test samples.
Deliverables
• Prepare daily Report of plant and scale inspection/observations using Jefferson County provided
electronic form Inspector's Daily Report.
• Collect Contractor provided Scaleman's Daily Report ( WSDOT Form 422 -027).
Task 04 — HMA Placement Observation, Materials Sampling, and Compaction Testing
The CONSULTANT will observe the placement and test compaction of the HMA with a nuclear density
gauge and meeting the requirements WSDOT Standard Specification Section 5- 04.3(10).
Assumptions
A WSDOT approved thin layer nuclear gauge will be used.
An opportunity exists prior to construction to develop an HMA mix to gauge correlation at
another local project, otherwise it will be determined on HMA mix placed the first day of paving.
Jefferson County will utilize test results to prepare Composite Pay Factors.
The CONSULTANT will provide all test reports to the AGENCY without delay.
Deliverables
• Hot Mix Asphalt Compaction Test Report (on a Density Testing sheet attached to a Daily Field
report).
• Correlation — Nuclear Gauge to Core Density (Lab Sheet).
• Rice Density (Summarized in Tabular form and shown on an Extraction Gradation Plot).
Paradise Bay Road, Phase II Project
Page 2
k 05 — Laboratory Material Testing
CONSULTANT will conduct the following tests in accordance with the above listed manuals and
u.,.,uments:
Procedure No.
Test Method
Estimated Test
Quantity
Aggregate Module
AASHTO T -2
WSDOT FOP for AASHTO for the Sampling of Aggregates
0 -- HMA Aggregate
AASHTO T-
FOP for WAQTC / AASHTO for the Sieve Analysis of Fine & Coarse
0 -- HMA Aggregate
27/T11
Aggregates
AASHTO T -176
WSDOT FOP for AASHTO for Determining the Plastic Fines in Graded
4 -- HMA Aggregate
Aggregate by Use of the Sand Equivalent Test
AASHTO T -248
WSDOT FOP for AASHTO for Reducing Field Samples of Aggregates
4 -- HMA Aggregate
to Testing Size
AASHTO T -255
WSDOT FOP for AASHTO for Determining the Total Moisture Content
4 -- HMA Aggregate
of Aggregate by Drying
AASHTO T -335
FOP for AASHTO for Determining the Percentage of Fracture in Coarse
4 -- HMA Aggregate
Aggregate
AASHTO T -304
WSDOT FOP for AASHTO Uncompacted Void Content of Fine
4 -- HMA Aggregate
Aggregates
Hot Mix Asphalt Module
AASHTO T -168
FOP for WAQTC / AASHTO for the Sampling Bituminous Paving
4 — Samples
Mixtures
AASHTO T -209
WSDOT FOP for AASHTO for Determining the Theoretical Maximum
4 — Test
Specific Gravity and Density of Bituminous Paving Mixtures
AASHTO T-
FOP for WAQTC / AASHTO for the Sieve Analysis of Fine & Coarse
4 — Ignition Furnace
27/T l l
Aggregates
AASHTO T -40
FOP for WAQTC / AASHTO for Sampling Bituminous Materials
4 - Samples
AASHTO- T 166
WSDOT FOP for AASHTO Bulk Specific Gravity of Compacted Hot
(10 Gauge Correlation)
Mix Asphalt Using Saturated Surface Dry Specimens
AASHTO T -308
WSDOT FOP for AASHTO for Determining Asphalt Content of Hot
3 - Tests
Mix Asphalt (HMA) by the Ignition Method
AASHTO T -329
FOP for AASHTO Moisture Content of Hot Mix Asphalt (HMA) by
4 — Ignition Furnace
Oven Method
WSDOT 712
Standard Method of Reducing Bituminous Paving Mixtures
4 — Ignition Furnace
Paradise Bay Road, Phase I1 Project
Page 3
Procedure No.
Test Method
Estimated Test
Quantity
WSDOT 716
Method of Random Sampling for Location of Testing and Sampling Sites
4 — Ignition Furnace
FOP for AASHTO for Preparing and Determining the Density of Hot -
AASHTO T 312
Mix Asphalt (HMA) Specimens by Means of the Superpave Gyratory
N/A
Compactor
Hot Mix Asphalt Density Module
WAQTC TM -8
FOP for WAQTC for In Place Density of Bituminous Mixtures Using the
35- 40 Tests
Nuclear Moisture Gauge
WSDOT 716
Method of Random Sampling for Location of Testing and Sampling Sites
35-10 Tests
Assumptions
• Approximately 3515 Tons of CL %z" Dense - Graded HMA will be placed.
• Prior to construction aggregate and binder will be sampled at the plant to determine oven
correction factor.
• 4 samples of HMA will be obtained at the plant representing 4 lots. In addition 4 samples of cold
feed will be obtained at the same time. HMA to be tested for binder content, Maximum
Theoretical Specific Gravity (Rice Density) and Gradation. Cold feed aggregate to be tested for
Uncompacted Voids, Sand Equivalent, and Fracture face.
• Materials for HMA Approaches and HMA Pavement Repair will be commercially accepted.
• The CONSULTANT will verify that the materials meet the contract requirements based upon
testing results. The CONSULTANT will monitor the condition of materials for changes.
• The CONSULTANT will provide all test reports to the AGENCY without delay.
• The CONSULTANT will provide clarification of materials testing procedures when requested.
• The AGENCY will provide copies of the project Contract Provisions and Plans for the
CONSULTANT'S use on this project.
Deliverables
• WSDOT standard test reports or equivalent reports with test results.
Paradise Bay Road, Phase Il Project
Page 4
EXHIBIT B
FEE SCHEDULE
PARADISE BAY ROAD, PHASE II
HWA GeoSciences, Inc.
HOURLY BILLING RATES
10B TITLE
RATE
ASPHALT CORES
$50.00 PER CORE
PRINCIPAL
$169.37
TECHNICAL MANAGEMENT
$155.43
FIELD TECHNICIAN /INSPECTION
$76.25
FIELD TECHNICIAN /SAMPLE PICK -UPS
$57.95
CLERICAL
$63.50
NOTES:
Rate includes salary, overhead, profit, tools, materials, and equipment.
Travel time will be paid at the regular hourly rate.
UNIT TEST COSTS
TEST NAME
UNIT COST
ASPHALT CORES
$50.00 PER CORE
COMPACTION /NUCLEAR GAUGE
$60.00 PER DAY
SE, FRACTURE, UNCOMPACTED VOID CONTENT
$340.00 PER TEST
BULK DENSITY OF HMA CORES FOR GAUGE
CORRELATION TO MIX
$45.00 PER TEST
HMA OVEN CORRECTION FACTOR
$90.00 PER TEST
RICE ANALYSIS, EXTRACTION, GRADING
$240.00 PER TEST
DIRECT EXPENSES
EXPENSE
UNIT COST
ASPHALT CORES
$50.00 PER CORE
PER DIEM (Lodging + Meals) MAXIMUM
$189 PER DAY
MILEAGE
$0.575 PER MILE
FERRY FARE: CAR & DRIVER / PASSENGER
$21.90 (summer rate) / $8.00 passenger
MONTHLY INVOICES
The Agency will disallow all or part of any claimed cost, which is not adequately supported by
documentation. Consultant invoices shall include the following information:
• Name of each employee that worked on the project in the billing period
• Each employee's job classification
• Each employee's hours worked
• Each employee's hourly wage rate
• The total wages paid each employee
• Copies of all direct expense invoices or bills
• Mileage charges will be supported by departure and arrival odometer readings for all vehicles used
for the billing period work.
Paradise Bay Road, Phase 11
N
K
5N5
N K
S5
C
N
LU
0
898
8�8y
o
j
0
Na'
N
NN
NN
0
E ci
w
w
a
o
w
w
N
fh
z
O
o
a
000
0
o
0
Y
Z
<
U�O
z
O
p
n
rya
sW
I
p
zLL
H
N
N
0z
°
o
ZU
wa
it
O
. M
U
x7
m
I
8.
'"
U)
MZVD
W OC<')F
O o°
m
C
m
ui~
m0W0
a
SCI
U
=_
-
_ma
c
O
H 8
0
0
89
W O
0
H
9
m
z
m nEm
q
W
f
U U
W
H o
H
z
]
a o
KKKQ O
N
N
p
oQW
z
�
<
C
c -
&
an
omM
W O
O
���
o
Mo
0
O
W
° o
8
2
°88
8'
LO
-$
'm
29
$�
E U
E
O
J
w
w
ww
=
o
i
aD
fA
�
Z
0000000
0
0 0
0 0
0 0
00
0
0
8
0
0
000
0
0 0
9
m
F
m
2
Q
U
�a
W
o
=
a
W
00000
OOOOOS
S
00
Ot0
0
O
0
O
00
N
O�
0
888
0 0
N 9N
N
V O
N CD
w
U
a
LA
O
G m
0 0
0 0
m
S
N
°
S
A
�9mpN
lh
O
N
tV
N
A
N
A° N
(�yy
N N
M
�Y(
O
Cl
Oi
0 =
v m
w
O
y
y
W
c N
42
V
in CN
U-)
m_-
a o
W E
v
O
o
�
�
g
sssssss
as
s
s
�
"
m
z
F
a c
o?
n
m c
LL
m
a
U)
°I _
%'
E
'gym E
Ill
L"
U
8888
°0,8
°O
8m
$
0
8
1.
1.
8
M o
VW
'w'ya
E
O
',,
tW
N=
ii
d
a
N
ffi°
z
rn
W
G Q f
A
m
v
3
0
0
0 0
0 0
0 0
0
0 9
O
o
m
Y
Lu s
8
c
o
o
o^
W
H o
0
oy
o oN
a
'� n
L
m
W
U)
a
m
O
m
O
m
m
w
c
m
E S
C
�i
`�'
x 9
S4
a
P
f
X'
Ye
Q
E 2
p
m
O
N O~
0
goo
uj
of
rc
m
0
(�
=F
m
��
O
(7Q
=OO
m
H
Oo
z U
C
Q
Q
I'
m
32
wE
a
~O
a mE
�'om
H J
O(Y�
N
U)
Y
m
m m
m
�H
a
f
J
<
0
z a
LLI
F
c
m m
9
W
N
0)ui
0
NU
a O
iGH
m
FF
UAy
iU
c$`m
°c
<5
°o
Oaf
n
m�'nilui
~W
H�E�Ommm
J
- m
a
ic3E
o.-
m
5
W..
m
a
wI�
goo
W
OR
F
C~
z
OS
..
O
my
-° <
qp
J
FJ<: '<o IJ
< O
c1e
a
dV
1
UaU2Sa
H
x
CONTRACT REVIEW FORM /5.
9
CONTRACT WITH: Professional Services Agreement with HWA GeoSciences, Inc..
CONTRACT FOR: Paradise Bay Road, Phase II, CR1873 TERM: October 31, 2015
Co. Rd. No. 503608, M.P. 0.37 to 1.53
COUNTY DEPARTMENT: Public Works
For More Information Contact: John Wayanl
Contact Phone #: 360- 385 -9377
RETURN TO: Tina RETURN BY:
(Person in Denartment)
AMOUNT: $15,000.00
Fund:
Revenue:
Expenditure:
Matching Funds Required:
Sources(s) of Matching Funds
PROCESS:
180 - 000 -010
33403.72
595.00.41
Yes
31110.00
Step 1: REVIEW BY
Review by: /
Date Reviewed: C
Ef APPROVED FORM
Comments
QR �g {e�p 2: \ REVIEW BY PROSE
a �APPROVEDAA3 Y -q Review by:
Date Reviewed:
TO FORM
Exempt from Bid Process
X Consultant Selection Process
Cooperative Purchase
Competitive Sealed Bid
Small Works Roster
Vendor List Bid
RFP or RFQ
Other
Returned for revision (See Comments)
UTING TTO NE
EZ- ti°1-v
Returned for r&1sion (5ke Comments)
Step 3: (If required) DEPARTMENT MAKES REVISIONS & RESUBMITS TO
RISK MANAGEMENT AND PROSECUTING ATTORNEY
Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF
ORIGINALS
Step 5: SUBMIT TO BOCC FOR APPROVAL
Submit originals and 8 copies of Contract, Review Form, and Agenda Bill to BOCC Office.
Place "Sign Here" markers on all places the BOCC needs to sign.
MUST be in BOCC Office by 5 p.m. TUESDAY for the following Monday's agenda.
(This form to stay with contract throughout the contract review process.)