Loading...
HomeMy WebLinkAboutCAG2021-139 - Original - Mayes Testing Engineers, Inc. - West Hill Reservoir Testing & Inspection Services - 03/18/2021ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: Director or Designee Mayor Date of Council Approval: Grant? Yes No Type:Review/Signatures/RoutingDate Received by City Attorney: Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? Yes No* Business License Verification: Yes In-Process Exempt (KCC 5.01.045) If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? Yes No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 Budget Account Number: Budget? Yes No Dir Asst: Sup/Mgr: Dir/Dep: rev. 200821 FOR CITY OF KENT OFFICIAL USE ONLY (Optional) * Memo to Mayor must be attached CAG2021-139 CONSULTANT SERVICES AGREEMENT - 1 (Over $20,000) 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 Kansas, located and doing business at 20225 Cedar Valley Road, Suite 110, Lynnwood, WA 98036, Phone: (425) 742-9360, Contact: Christina Douglas (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. The 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 West Hill Reservoir Project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. The 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. The Consultant shall complete the work described in Section I by December 31, 2022. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Thirty Six Thousand, Three Hundred Sixty Dollars ($36,360), 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. C. Card Payment Program. The Consultant may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Consultant. If CONSULTANT SERVICES AGREEMENT - 2 (Over $20,000) the Consultant voluntarily participates in this Program, the Consultant will be solely responsible for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. IV.INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which the 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 the 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 the 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 the Consultant’s records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI.FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. CONSULTANT SERVICES AGREEMENT - 3 (Over $20,000) Notwithstanding other provisions of this section, the Consultant shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Consultant to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. VII. 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. The 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. VIII. INDEMNIFICATION. The 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 the 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 the Consultant’s liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the 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 the 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. IX.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. CONSULTANT SERVICES AGREEMENT - 4 (Over $20,000) X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. XI. 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. The 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 the Consultant for this project by anyone other than the Consultant on any other project shall be without liability or legal exposure to the Consultant. XII. CITY'S RIGHT OF INSPECTION. Even though the 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. XIII. WORK PERFORMED AT CONSULTANT'S RISK. The 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 the Consultant's own risk, and the 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. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VIII 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. CONSULTANT SERVICES AGREEMENT - 5 (Over $20,000) 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 the 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 the 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. / / / / / / / / / / / / / / / / / / / / / / / / 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. CONSULTANT SERVICES AGREEMENT - 6 (Over $20,000) 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: By: (signature) Print Name: Its (title) DATE: CITY OF KENT: By: (signature) Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CONSULTANT: Christina Douglas Mayes Testing Engineerings, Inc. 20225 Cedar Valley Rd., Suite 110 Lynnwood, WA 98036 (425) 742-9360 (telephone) (425) 745-1737 (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Chad Bieren, P.E. City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5500 (telephone) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk Mayes - W Hill Reservoir/McConnell Paul D. Davis Office Manager 3/15/21 03/18/2021 EEO COMPLIANCE DOCUMENTS - 1  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: _________________________________________ Date: _________________________________________ Mayes Testing Engineers, a Terracon Company Office Manager 3/15/21 EEO COMPLIANCE DOCUMENTS - 2 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 - 3 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: _________________________________________ MAYES TEST'NG ENG I N EERS,'NC.SsdbtrrceZ@s0tuVaJeyRrdSrib 110LyrrMd,\ Asffsfr4%.742.s8frtu425.745.1737TargmOfulms.Tdna\ Af.ibE-2TarE,\M98499ph253.584.3720tu%3.&.3707M6reruNEs$A\€rueFortard, OR97213ph5m281.7515tuffi.231.7579il^r:February 9,2021Mr. Phil McConnellCity of KentConstruction Management I Public Works Department220 Fourth Avenue SouthKent, WA 98032l'lErrmncoMPAruYReTesting and lnspection ServicesCity of Kent West Hill Reservoir ProjectMayes Testing Engineers Proposal No. 2021-0567Dear Mr. McConnell,Mayes Testing Engineers has an excellent track record of successful projects which means you willhave fewer demands on your time, reduced risk, and the likelihood of completing on or underbudget. The attached cost estimate for the City of Kent West Hill Reservoir Project is based oncareful review of the plans dated 1115120.The inspection and testing scope of work includes. Soil Density. Asphalt Density. Bearing Capacity Verificationo Reinforced Concrete. Lateral Framing. Post-lnstalledAnchor. MasonU. StructuralSteelOur estimate includes soil density testing of backfilled material only. We assume all other soilsrelated testing and inspection will be performed by the geotechnical engineer of record. Weassume structural steel members will come from a local Puget Sound or Portland area fabricationshop. Our estimate includes random nuclear density testing per ASTM D2950 of compacted hotmix asphalt using the backscatter mode for informational purposes only. Compaction testing doesnot include inspection of the laydown, grades orthe compaction process and is not intended toprovide quality control testing for the contractor.Mayes Testing Engineers has been performing testing and inspection services in the PacificNorthwest since 1984. You will find we have the trust and respect of the local building department.We are fully certified and perform alltests in accordance with ASTM and IBC standards. With thelargest staff of WABO registered inspectors in the State, we have ample capacity to staff thisproject with multi-licensed inspectors. Washington State Professional Engineers directly superviseall inspection activities.As an integral part of the project team, we work with our clients to provide realistic testing andinspection budgets. Our clients will only be invoiced for actualwork performed. A trip charge andfour-hour minimum will apply to all inspections. Time will be charged portalto-portal from ourTacoma office. One hour of project management will be charged for the initial project set up. Apremium rate of 1.5 times the regular rate will be charged for all work outside of normal workinghours or in excess of B hours per day and on Saturdays, Sundays and Legal Holidays. Payment isnet 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. Allservices will be billed in accordance with the attached fee schedule.EXHIBIT A Page2of 2Mr. McConnellFebruary 9,2021Mayes Testing Engineers Proposal No.: 2021-0567lf you have any questions or if we may be of further assistance, please do not hesitate to call. lfyou find this proposal acceptable, please sign and return one copy to our office. We look forwardto your favorable response.Respectfully Submitted,MAYES TESTING ENGINEERS, INC.1,\xb/1/ ,, t---U"(!,Paul D. Davis, P.E.Office ManagerAttachments:Christina DouglasMarketing CoordinatorCost EstimateFee Schedule"2020" and General ConditionsAcceptedPrinted NameTitle:DatefriavF rEsrt tG EfvGrIvEERs, t|c,f E'wrgf,rrrr City of Kent West Hill Reservoir ProjectTesting and lnspection ServicesMayes Testing Engineers, lnc. Cost Estimate No. 2021-0567TOTALPRICEUNITSITEMlnspection ServicesSoils TechnicianDensityTesting: EstimateSampling: EstimateAsphalt TechnicianDensityTesting: EstimateSampling: Estimate5 inspections at 4 hours per inspection2 inspections at 4 hours per inspection28 Hours 105.00 /hr 2,940.0024 Hours 105.00 /hr 2,520.008 Hours 92.00 /hr736.0020 Hours 150.00 /hr 3,000.003 inspections at3 inspections at4 hours per inspection4 hours per inspectionStaff EngineerBearing capacityverification:8 Hours 175.00 /hr 1,400.00Estimate 2 inspections at 4 hours per inspectionReinforced Concrete lnspection 48 Hours 92.00 /hr 4,416.00Estimate 6 inspections at 8 hours per inspectionLateral Framing lnspection (lncludes shearwalls, holddowns anddiaphragms) 12 Hours 92.00 /hr 1,104.00Estimate 3 inspections at 4 hours per inspectionPost-lnstalled Anchor lnspection 12 Hours 92.00 /hr 1,104.00Estimate 3 inspections at 4 hours per inspectionStructural Steel lnspection 120 Hours 110.00 /hr 13,200.00Estimate 30 inspections at 4 hours per inspectionMasonry lnspectionEstimate 2 inspections at 4 hours per inspectionProject Management (lncludes project set up, meetings, reportreview, closeout servlbes and misc. consultation)Laboratory ServicesConcrete Compressive Strength Cylinder TestMasonry Prism Test (Groufed or ungrouted)Grout Compressive Strength TestAsphalt Rice Density TestSoil Moisture Density Relationship Test (Proctor)Miscel laneous ServicesTrip ChargeAdministrative Services (Types reports, mail, postage, etc.)59 Each 35.00 ea 2,065.00No ChargeTotal Estimated Costs: $36,360.0060 Each3 Each15 Each3 Each2 Each33.00 ea150.00 ea33.00 ea150.00 ea250.00 ea1,980.00450.00495.00450.00500.00A four-hour minimum charge per call applies to all inspections. A premium rate of 1.5 times the regular will becharged for allwork outside of normalworking hours in excess of 8 hours per day and on Saturdays, Sundays andLegal Holidays. Payment is net 30 days. This estimate is valid for 90 days.MAYES TESTING ENG'NEERS, /NC.llfurammprlv 2O2O Fee ScheduleMAYES IESI'NG ENG/NEERS,'NC.INSPECTION SERVICESConcrete lnspection (includes Reinforcing Steel, Concrete Placement, Shotcrete,Augercast G rout, G rout, Batch plant)Post Tension Concrete lnspection (includes placement and stressing)Post-lnstalled Anchor lnspection (includes Epoxy Grouted, Expansion and Wedge)Masonry lnspection (includes cmu and brick veneer)Lateral Framing lnspection (includes wood and light gauge)Seismic Resistance System lnspectionFireproofing lnspectionI ntumescent Paint I nspectionSoi ls Tech n ician (i ncl ude s n uclear de n somete r)Asphalt Technician (includes nuclear densometer)Asphalt or Concrete Coring TechnicianLaboratory TechnicianLead lnspectorStructural SteelMelding/Mass Timber/Firestopping lnspectionNACE Level l/ ll/ lllNon-Destructive TestingDye Penetrant TestingMagnetic Particle Testing92.0092.0092.0092.0092.0092.0092.00105.00105.00105.00105.001 10.001 10.001 10.00120.00/hour/hour/hourihour/hour/hour/hour/hour/hour/hour/hour/hour/hour/hour/hour120.00 /hour120.00 /hour120.00 /hourLABORATORY SERVICESUltrasonic TestiConcrete Absorption, Unit Weight and Moisture Content Test 45.00 eachConcrete, Augercast Grout or Nonshrink Compressive Strength Cylinder Test(includes curing, breaking and report) 33.00 eachConcrete Compressive High Strength Cylinder Test (over 10,000 psi) 35.00 eachConcrete Core Compressive Strength Test (includes trimming and testing) 45.00 eachConcrete Flexural Strength Beam Test 55.00 eachConcrete Shrinkage Test (ASIM C157 - set of 3) 320.00 eachLength of Concrete Core Test (ASTM C174) 30.00 eachModulus of Elasticity Test 1 10.00 eachShotcrete Panel Test (includes 4 cores) 200.00 eachUnit Weight Test (Air Dry) 50.00 eachUnit Weight Test (Oven Dry) 60.00 eachVoids and Density of Hardened Concrete Test (ASIM C642) 110.00 eachMasonry TestingBrick Absorption Test (24 hour soak) 45.00 eachBrick Absorption Test (5 hour boil) 75.00 eachBrick or Masonry Efflorescence Test (set of 5) 85.00 eachBrick or Concrete Paver Compression Test 12" 45.00 eachBrick or Concrete Paver Compression Test 24" 70.00 eachMasonry Absorption, Unit Wt. And Moisture Content Test 50.00 eachMasonry Unit Compression Test 65.00 eachMasonry Drying Shrinkage Test (sef of 3) 320.00 eachMasonry Grout or Mortar Compressive Stength Test 33.00 eachMasonry Prism Test (grouted or ungrouted) 150.00 eachRetaining Wall Unit Absorption Test: to 6" - 45.00 each, to 12" -70.00 each, over 12" - 90.00 eachRetaining Wall Unit Compression Test '110.00 eachAsphalt TestingAsphalt Core Density Test 50.00 eachAsphalt lgnition & Gradation Test 300.00 eachAsphalt Marshall Set Test (flow, stability, voids) 440.00 eachAsphalt Oil Content Test 100.00 eachAsphalt Rice Density Test 150.00 eachAsphalt Stripping Test 30.00 eachAsphalt Superpave Set Test (VMA, VFA and VA) 550.00 each 2O2O Fee ScheduleM AY ES IESI'NG ENG'NEFRS, INC.LABORATORY SERVICESSoils and Aggregate TestingAtterberg Limits TestsLiquid Limit Only TestPlastic Limit Only TestCalifornia Bearing Ratio Test (CBR - with proctor)Clay Lumps and Friable Particles TestDegradation TestFine Aggregate Angularity TestFlat and Elongated Particles TestFractured Face Count TestLA Abrasion TestLightweight Pieces in Aggregate Test (coal and lignite)Lightweight Pieces in Aggregate Tesl (chent) SPG 2.40Organic lmpurities TestOrganic Matter Analysis (/oss on ignition by weight)Sand Equivalent TestSieve Analysis Test (includes wash over#200)Sodium Sulfate Soundness TestSoil Hydrometer Analysis Test (includes pafticles finer than #200)Soil Moisture Content Test (natural)Soil Moisture Density Relationship Test (proctor)SoilpH TestSoil Relative Density TestSoil Specific Gravity TestSpecific Gravities Coarse or Fine Aggregate TestUncompacted Voids TestUnit Weight TestWSDOT T606 TestMiscellaneous TestingFiber-Reinforced Polymer Tensile Test (sef of 5JFireproofing Density TestMachining Tensile TestMacroetch TestMoisture Emission Test KitsReinforcing Steel #9 - #18 Tensile TestReinforcing Steel#3 - #8 Tensile TestSplitting Tensile TestStressing Strand Tensile TestTensile Test on Coupler Assembly #3 - #18Universal Test Machine & OperatorWeld Fracture Test130.00 each80.00 each75.00 each675.00 each150.00 each135"00 each95.00 each90.00 each90.00 each175.00 each100.00 each400.00 each45.00 each60.00 each100.00 each250.00 each275.00 each300.00 each30.00 each250.00 each50.00 each250.00 each85.00 each100.00 each75.00 each45.00 each550.00 each800.00 each80.00 eachcost + 15%100.00 each30.00 each150.00 each1 10.00 each80.00 each200.00 eachquoted on request175.00 /hour80.00 eachENGINEERING SERVICESPrincipal Engineer/NDE Level lll (includes misc. consultation & project oversight)Staff Engineer (includes Pachometer/GPR, Floor Flatness, lmpact Echo, Fiber'Reinforced Polymer lnspection, Load Testing & Concrete Moisture Testing)Engineering Technician225.O0 lhour175.00 /hour125.00 /hour150.00 /hourect(includes meetings, repoft review, set& closeout services,)Administrative Services (report processrng) 70.00 /hourTrip Charge 35.00 eachMileage (charged only outside our regular seruice area) 0.65 /mileSubsistence (lower 48 states) Federal GSA RateSubconsultants 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 workpertormed outside of normal working hours, weekends and holidays.OTHER 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 A:VII. 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. ,a►cvRo" CERTIFICATE OF LIABILITY INSURANCE 1/1/2022 DATE (MM/DD/YYYY) 3/15/2021 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 INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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 LOckton Companies 444 W. 47th Street, Suite 900 City MO 64112-1906 (816)960-9000 NAME: CONTACT PHONE FAX Ext : A/C No IAIKansas E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Lexington Insurance CompanyCompoy 19437 INSURED MAYES TESTING ENGINEERS, INC. 1312893 TERRACON CONSULTANTS, INC INSURER B: Travelers Property Casualty Co of America 25674 INSURER C : The Travelers Indemnity Company 25658 INSURER D : 20225 CEDAR VALLEY RD LYNNWOOD WA 98036 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 17415507 REVISION NUMBER: XXXXXXX 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP IY MM/DDYYY LIMITS B X COMMERCIAL GENERAL LIABILITY Y N TC2J-GLSA-1118L293 1/1/2021 1/1/2022 EACH OCCURRENCE $ 2,000,000 CLAIMS-MADE � OCCUR A AGE TO PREENTE M SES Ea occu ence $ 1,000,000 X MED EXP (Any one person) $ 25,000 CONTRACTUAL LIAR X XCU COVERAGE PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY � JE� LOC PRODUCTS - COMP/OP AGG $ 4,000,000 $ OTHER: B AUTOMOBILE LIABILITY Y ICI TC2J-CAP-131J3858. 1/1/2021 1/1/2022 Ea INED aoc,d.n'SINGLE LIMIT $ 2 000 000 X BODILY INJURY (Per person) $ XXXXXXX ANY AUTO BODILY INJURY (Per accident) $ XXXXXXX OWNED SCHEDULED AUTOS ONLY AUTOS PROPERTY DAMAGE Per accident $ XXX�O�XX HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ XX=xx UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX AGGREGATE $ XXXXXXX EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ XXXXXXX B C W KERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? FNI (Mandatory in NH) N / A N TC2J-UB-6N32541-0 (AOS) TRK-UB-6N32384-6 (AZ,MA,WI 1/1/2021 1/1/2021 1/1/2022 1/1/2022 PER OTH- X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 A PROFESSIONAL N N 26030216 1/1/2021 1/1/2022 $1,000,000 EACH CLAIM & LIABILITY $1,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: M8211028 CITY OF KENT WEST HILL RESERVOIR. CITY OF KENT IS AN ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY AND NON-CONTRIBUTORY, IF REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION See Attachments 17415507 CITY OF KENT ATTN: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE W LL BE DELIVERED IN NANCYYOSHITAKE 220 FOURTH AVENUE SOUTH ACCORDANCE WITH THE POLICY PROVISIONS. KENT WA 98032 AUTHORIZED REPRESENTATIV A ACORD 25 (2016/03) ©1988g015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: TC2J-GLSA-11181-293 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an endorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "Written contract requiring insurance" specifically requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured - Owners, Lessees or Contractors - (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured - Owners, Lessees or Contractors - Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional Insured - Owners, Lessees or Contractors - Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insurance" specifically requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured - Owners, Lessees or Contractors - Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured - Owners, Lessees or Contractors - Scheduled Person Or Organization endorsement CG 20 10, or the Additional Insured Owners, Lessees or Contractors - Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance Miscellaneous Attachment: M482524 Certificate ID: 17415507 of "your work" to which the "written contract requiring insurance" applies; or (3) If neither Paragraph (1) nor (2) above applies: (a) The person or organization is an additional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written contract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written contract requiring insurance". This endorsement will not increase the limits of insurance described in Section III - Limits Of Insurance. b. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional insured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the additional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the 'occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or Miscellaneous Attachment: M482524 Certificate ID: 17415507 offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d. The additional insured must tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which covers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Section: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs, and the "personal injury" is caused by an offense committed, during the policy period and: a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. CG D6 04 08 13 Miscellaneous Attachment: M482524 Certificate ID: 17415507 Miscellaneous Attachment: M467648 Certificate ID: 17415507 POLICY NUMBER: TC2J-CAP-131J3858 COMMERCIAL AUTO ISSUE DATE: 01/01/2021 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM SCHEDULE OF ADDITIONAL INSURED PERSONS OR ORGANIZATIONS WHERE REQUIRED BY WRITTEN CONTRACT. PROVISIONS 1. The following is added to Paragraph c. in A. 1., Who Is An Insured, of SECTION II- COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization designated in the Schedule Of Additional Insured Persons Or Organizations who you are required under a written contract or agreement, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that designated person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph 5., Other Insurance, in B., General Conditions, of SECTION IV - BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance , this insurance is primary to and non-contributory with applicable other insurance under which the person or organization designated in the Schedule of Additional Insured Persons Or Organizations is a named insured when a written contract or agreement with you, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non-contributory. CA T6 00 02 16