Loading...
HomeMy WebLinkAboutCAG2020-048 - Original - Mayes Testing Engineers, Inc. - GRNRA Area South Stormwater Pump Station Testing & Inspection - 02/07/2020 Agreement Routing Form 1400 • For Approvals,Signatures and Records Management KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. W A s H i N c T o N (Print on pink or cherry colored paper) Originator: Department: Nancy Yoshitake for Jason Bryant Public Works Date Sent: Date Required: > 2/5/20 2/12/20 O a Authorized to Sign: Date of Council Approval: O' ❑ Director or Designee El Mayor N/A a Budget Account Number: Grant? ❑Yes El No D20047 Budget? El Yes ❑ No Type: Vendor Name: Category: Mayes Testing Engineers, Inc. Contract Vendor Number: Sub-Category: = 33834 O Project Name: Green River Natural Resource Area South �tormwater Pump Station E i O = Project Details:Provide testing and inspection services. a� E Agreement Amount: $20,105 Basis for Selection of Contractor: C,2-10-I-IZO20 Start Date: Mayors signature Termination Date: 12/31/21 v� Q Local Business? ❑Yes o* *Ifineets requirements per CC3.70.100,please complete'Vendor Purchase-Local Exceptions'form on Cityspace. Notice rewired prior to disclosure? Contract Number: ❑Yes ❑No CAS D^ e Date Received by City Attorney: Comments: R F t1m. EIVED C 7 3 O a, i RECEIVED 0 Date Routed to the Mayor's Office: V1 Date Routed to the City Clerk's Office: City of Kent adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agree ice of the Mayor agreements KENT WASH 1-T r+ CONSULTANT SERVICES AGREEMENT between the City of Kent and Mayes Testing Engineers, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Mayes Testing Engineers, Inc. organized under the laws of the State of Washington, located and doing business at 10029 S. Tacoma Way, Suite E-2, Tacoma, WA 98499, Phone: (253) 584-3720, Contact: Tim Beckerle (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 testing and inspection services for the Green River Natural Resource Area (GRNRA) South Stormwater Pump Station 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, 2021. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Twenty Thousand, One Hundred Five Dollars ($20,105), 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 (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 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 (Over$20,000) 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 (Over$20,000) 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 (Over$20,000) 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: (signature) (signature) Print Name:Timothy G Beckerle Print Name: Dana Ralph Its Principal Its Mayor (title) �Z DATE:2/4/2020 DATE: 14 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Tim Beckerle Timothy J. LaPorte, P.E. Mayes Testing Engineers, Inc. City of Kent 10029 S. Tacoma Way, Suite E-2 220 Fourth Avenue South Tacoma, WA 98499 Kent, WA 98032 (253) 584-3720 (telephone) (253) 856-5500 (telephone) (253) 584-3707 (facsimile) (253) 856-6500 (facsimile) APPROVED AS TO FORM: rw�--c k,--- Kent Law Department ATTES r Kent City Clerk Mayes-GRNRA Stormwater PS/Bryant CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) 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. For:Mayes Testing Engineers Title: Principal Date: 2/4/2020 EEO COMPLIANCE DOCUMENTS - I 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 MAYES TES i /fVi.f i_l'�1V'f NEi..RS, / C S&iNkO Cedar 20225aV&yRoad L"mood,WA98036 A lferraCon COMPANY ph425.74293W December 13, 2019 tX4Z74a1737 Tacoma Ofice 1o029S Tamnaway Sub E-2 Mr. Jason Bryant TWAT City of Kent �2255a5584 07 220 Fourth Avenue South AonlandOlrice Kent, WA 98032 700NE551Avffm Pabid,OR97213 Re: Testing and Inspection Services pii51..515 fax5ca283.281.75l9 City of Kent GRNRA Pump Station Kent, WA Mayes Testing Engineers Proposal No. 19686T Dear Mr. Bryant, Mayes Testing Engineers has an excellent track record of successful projects which means you will have fewer demands on your time, reduced risk, and the likelihood of completing on or under budget. The attached cost estimate for the GRNRA Pump Station is based on careful review of the plans and Specifications dated 8/16/2019. The inspection and testing scope of work includes: • Reinforced Concrete • Seismic Resistance • Masonry Inspection • Structural Steel Fabrication • Structural Steel Erection • Nonshrink Grout Testing • Asphalt Compaction Testing We assume all soils related testing and inspection will be performed by the geotechnical engineer of record. We assume structural steel members will come from a local Puget Sound or Portland area fabrication shop. Our estimate includes random nuclear density testing per ASTM D2950 of compacted hot-mix asphalt using the backscatter mode for informational purposes only. Compaction testing does not include inspection of the laydown, grades or the compaction process and is not intended to provide quality control testing for the contractor. Mayes Testing Engineers has been performing testing and inspection services in the Pacific Northwest since 1984. You will find we have the trust and respect of the local building department. We are fully certified and perform all tests in accordance with ASTM and IBC standards. With the largest staff of WABO registered inspectors in the State, we have ample capacity to staff this project with multi-licensed inspectors. Washington State Professional Engineers directly supervise all inspection activities. As an integral part of the project team, we work with our clients to provide realistic testing and inspection budgets. Our clients will only be invoiced for actual work performed. A trip charge and four-hour minimum will apply to all inspections. Time will be charged portal-to-portal from our Tacoma office. A premium rate of 1.5 times the regular rate will be charged for all work outside of normal working hours or in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays. Payment is net 30 days from date on invoice. This proposal is valid for 90 days from the date of this letter. Final costs may vary up or down depending on the contractor's scheduling of the work. All services will be billed in accordance with the attached fee schedule. Page 2 of 2 Mr. Jason Bryant December 13, 2019 Mayes Testing Engineers Proposal No.: 19686T If you have any questions or if we may be of further assistance, please do not hesitate to call. If you find this proposal acceptable, please sign and return one copy to our office. We look forward to your favorable response. Respectfully Submitted, MAYES TESTING ENGINEERS, INC. Accepted By: Timothy G. Beckerle, P.E. Printed Name: Principal Title: Date: Attachments: Cost Estimate 2019 Fee Schedule and General Conditions MAYES TESTING ENGINEERS, INC. City of Kent GRNRA Pump Station Testing and Inspection Services Mayes Testing Engineers, Inc. Cost Estimate No. 19686T Inspection Services Asphalt Technician 20 Hours 105.00 /hr 2,100.00 Density Testing: Estimate 2 inspections at 8 hours per inspection Sampling: Estimate 2 inspections at 2 hours per inspection Reinforced Concrete Inspection 32 Hours 90.00 /hr 2,880.00 Estimate 8 inspections at 4 hours per inspection Nonshrink Grout Inspection 8 Hours 90.00 /hr 720.00 Estimate 2 inspections at 4 hours per inspection Masonry Inspection 40 Hours 90.00 /hr 3,600.00 Estimate 10 inspections at 4 hours per inspection Seismic Resistance Inspection 12 Hours 90.00 /hr 1,080.00 Estimate 3 inspections at 4 hours per inspection Structural Steel Fabrication Inspection 8 Hours 110.00 /hr 880.00 Estimate 2 inspections at 4 hours per inspection Structural Steel Erection Inspection 20 Hours 110.00 /hr 2,200.00 Estimate 5 inspections at 4 hours per inspection Project Management (Includes project setup, meetings, report review, closeout services and misc. consultation) 15 Hours 125.00 /hr 1,875.00 Laboratory Services Concrete Compressive Strength Cylinder Test 40 Each 30.00 ea 1,200.00 Masonry Prism Test(Grouted orungrouted) 6 Each 110.00 ea 660.00 Masonry Unit Compressive Strength Test 6 Each 65.00 ea 390.00 Masonry Mortar Compressive Strength Test 6 Each 30.00 ea 180.00 Masonry Grout Compressive Strength Test 8 Each 30.00 ea 240.00 Grout Compressive Strength Test 6 Each 30.00 ea 180.00 Asphalt Rice Density Test 2 Each 100.00 ea 200.00 Asphalt Ignition/Gradation Test 2 Each 300.00 ea 600.00 Miscellaneous Services Trip Charge 32 Each 35.00 ea 1,120.00 Cylinder Pick-up No Charge Mileage No Charge Administrative Services (Types reports, mail, postage, etc.) No Charge Total Estimated Costs: $20,105.00 A four-hour minimum charge per call applies to all inspections. A premium rate of 1.5 times the regular will be charged for all work outside of normal working hours in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays. Payment is net 30 days. This estimate is valid for 90 days. MAYES TESTING ENGINEERS,fNC. A lir-COMPANY MAYES TESTING ENGINEERS,INC. 2019 Fee Schedule ♦5�rvr.Srr.CUMNakv Concrete Inspection (includes Reinforcing Steel, Concrete Placement, Shotcrete, Augercast Grout, Grout, Batchplant) 90.00 /hour Post Tension Concrete Inspection (includes placement and stressing) 90.00 /hour Proprietary Anchor Inspection (includes Epoxy Grouted and Expansion Anchors) 90.00 /hour Masonry Inspection (includes cmu and brick veneer) 90.00 /hour Lateral Framing Inspection (includes wood and light gauge) 90.00 /hour Seismic Resistance System Inspection 90.00 /hour Fireproofing Inspection 90.00 /hour Intumescent Paint Inspection 105.00 /hour Soils Technician (includes nuclear densometer) 105.00 /hour Asphalt Technician (includes nuclear densometer) 105.00 /hour Asphalt or Concrete Coring Technician 105.00 /hour Laboratory Technician 110.00 /hour Lead Inspector 110.00 /hour Structural Steel/Welding/Firestopping Inspection 110.00 /hour Non-Destructive Testing Dye Penetrant Testing 115.00 /hour Magnetic Particle Testing 115.00 /hour Ultrasonic Testing 115.00 /hour "_ORATORY Concrete Testing Air Dry Unit Weight Test 50.00 each Concrete Absorption, Unit Weight and Moisture Content Test 45.00 each Concrete, Augercast Grout or Nonshrink Compressive Strength Cylinder Test (includes curing, breaking and report) 30.00 each Concrete Compressive High Strength Cylinder Test (over 10,000 psi) 35.00 each Concrete Core Compressive Strength Test(includes trimming and testing) 45.00 each Concrete Flexural Strength Beam Test 55.00 each Concrete Shrinkage Test (ASTM C157-set of 3) 320.00 each Length of Concrete Core Test (ASTM C174) 30.00 each Mix Design 1 Point Verification quoted on request Modulus of Elasticity Test 100.00 each Shotcrete Panel Test (includes 4 cores) 175.00 each Voids and Density of Hardened Concrete Test(ASTM C642) 85.00 each Masonry Testing Brick Absorption Test (24 hour soak) 45.00 each Brick Absorption Test(5 hour boil) 75.00 each Brick or Masonry Efflorescence Test (set of 5) 85.00 each Brick or Concrete Paver Compression Test 45.00 each Masonry Absorption, Unit Wt. And Moisture Content Test 50.00 each Masonry Unit Compression Test 65.00 each Masonry Drying Shrinkage Test (set of 3) 320.00 each Masonry Grout or Mortar Compressive Stength Test 30.00 each Masonry Prism Test (grouted or ungrouted) 120.00 each Retaining Wall Unit Absorption Test 45.00 each Retaining Wall Unit Compression Test 110.00 each Asphalt Testing Asphalt Marshall Mix Verification quoted on request Asphalt Core Density Test 35.00 each Asphalt Ignition &Gradation Test 300.00 each Asphalt Marshall Set Test (flow, stability, voids) 440.00 each Asphalt Oil Content Test 80.00 each Asphalt Rice Density Test 100.00 each Asphalt Stripping Test 30.00 each Asphalt Superpave Set Test (VMA, VFA and VA) 550.00 each MAYES TESTING ENGINEERS,INC. 2019 Fee Schedule s A'1GsYYKIXy COMPANY Soils and Aggregate Testing Atterberg Limits Tests 130.00 each Liquid Limit Only Test 75.00 each Plastic Limit Only Test 55.00 each California Bearing Ratio Test (CBR-with proctor) 675.00 each Clay Lumps and Friable Particles Test 90.00 each Degradation Test 135.00 each Fine Aggregate Angularity Test 95.00 each Flat and Elongated Particles Test 90.00 each Fractured Face Count Test 90.00 each LA Abrasion Test 150.00 each Lightweight Pieces in Aggregate Test(coal and lignite) 80.00 each Lightweight Pieces in Aggregate Test(chent) SPG 2.40 400.00 each Organic Impurities Test 45.00 each Organic Matter Analysis (loss on ignition by weight) 60.00 each Sand Equivalent Test 80.00 each Sieve Analysis Test (includes wash over#200) 250.00 each Sieve Analysis Test (percentage passing#200 only) 125.00 each Sodium Sulfate Soundness Test 275.00 each Soil Hydrometer Analysis Test (includes particles finer than#200) 300.00 each Soil Moisture Content Test (natural) 30.00 each Soil Moisture Density Relationship Test (proctor) 250.00 each Soil pH Test 50.00 each Soil Relative Density Test 250.00 each Soil Specific Gravity Test 85.00 each Specific Gravities Coarse Aggregate Test 55.00 each Specific Gravities Fine Aggregate Test 85.00 each Unit Weight Test 45.00 each WSDOT T606 Test 550.00 each Miscellaneous Testing Fiber-Reinforced Polymer Tensile Test(set of 5) 800.00 each Fireproofing Density Test 80.00 each Machining Tensile Test Cost+ 15% Macroetch Test 100.00 each Moisture Emission Test Kits 30.00 each Reinforcing Steel#11 -#18 Tensile Test 135.00 each Reinforcing Steel#3 -#10 Tensile Test 90.00 each Splitting Tensile Test 80.00 each Stressing Strand Tensile Test 150.00 each Tensile Test on Coupler Assembly#3-#18 quoted on request Universal Test Machine &Operator 175.00 /hour Weld Fracture Test 80.00 each Principal Engineer or NDE Level III Consultation 225.00 /hour Staff Engineer(includes Pachometer/GPR, Floor Flatness, Impact Echo, Fiber- Reinforced Polymer Inspection, Load Testing&Concrete Moisture Testing) 165.00 /hour Engineering Technician 125.00 /hour Project Manager 125.00 /hour Administrative Services (report processing) 65.00 /hour Trip Charge 35.00 each Mileage (charged only outside our regular service area) 0.65 /mile Subsistence (lower 48 states) Federal GSA Rate Subconsultants or Reimbursable Expenses (travel, rentals, consumables, etc.) Cost+ 15% *A four hour minimum charge applies to all inspections. Overtime rate of 1.5 times the regular rate applies to all work performed outside of normal working hours, weekends and holidays. 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. 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 $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 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, but only in the event a claim has been filed. 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. 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.