Loading...
HomeMy WebLinkAbout051319_ca08Department of Public Works O Consent Agenda Page 1 of 1 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 13, 2019 Subject: Professional Services Agreement with HWA GeoSciences, Inc. South Discovery Road Pavement Preservation project Co. Rd. No. 601508, Project No. 18019760 Statement of Issue: Professional Services Agreement with HWA GeoSciences, Inc. of Bothell, WA. for providing Materials Testing and Inspection services for the South Discovery Road Pavement Preservation project. Analysis/Strategic Goals/Pro's £t Con's: This project is included in the 2019-2024 Six Year Transportation Improvement Program and the 2019 Annual Construction Program, as item number 3. The purpose of this project is to preserve the roadway surface by placing a hot mix asphalt overlay and other work, for this segment of South Discovery Road. This agreement will provide Materials Testing and Inspection services by HWA GeoSciences, Inc. for the Construction phase. Public Works staff used a consultant selection process to select this consultant from the MRSC Consultant Roster as the most highly qualified consultant for this project. Fiscal Impact/Cost Benefit Analysis: The maximum amount payable for consultant services under this Professional Services Agreement is $14,904.74. Funding is provided by a Washington State County Road Administration Board, Rural Arterial Program (RAP) grant of $450,000 at the regional matching ratio of 90%, with the remainder to be paid by Jefferson County, County Arterial Preservation Program (CAPP) funds. 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). D tment Con John Wayand, Project Manager, 385-9377 ilip Mot o ey, oun y ministrator Date PROFESSIONAL SERVICES AGREEMENT FOR MATERIALS SAMPLING, TESTING, AND INSPECTION THIS PROFESIONAL SERVICES AGREEMENT ("this Agreement") is entered into between the County of Jefferson, a municipal corporation ("the County"), and HWA GeoSciences, Inc. ("the Consultant"), in consideration of the mutual benefits, terms, and conditions specified below. 1. Project Designation. The Consultant is retained by the County to perform Materials sampling, testing and inspection services for the Smith nisrnvPry Rnari Pavement Preservatinn Project, Project No 18019760 2. Scope of Services. Consultant agrees to perform the services identified on Exhibit "A" attached hereto including the provision of all labor. Time for Performance. Work under this Agreement shall commence upon the giving of written notice by the County to the Consultant to proceed. The Consultant shall perform all services and provide all work products required pursuant to this Agreement on the dates listed on Exhibit "A". Time is of the essence in the performance of this Agreement. 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 $14,904.74 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. Such vouchers will be checked by the County, and upon approval thereof, payment will be made to the Consultant in the amount approved. Payment of Consultant invoices shall be within 30 days of receipt by the County for any services not in dispute based on the terms of this Agreement. 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. e. 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. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page t of 10 5. 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. Consultant shall not be held liable for reuse of documents or modifications thereof, including electronic data, by County or its representatives for any purpose other than the intent of this Agreement. 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 and hold harmless the County, its officers, and employees, from and against all claims, losses or liability, or any portion thereof, including reasonable 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. Consultant shall be liable only to the extent of Consultant's proportional negligence. The Contractor specifically assumes potential liability for actions brought against the County by Contractor's employees, including all other persons engaged in the performance of any work or service required of the Contractor under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor specifically waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual negotiation. Insurance. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance coverage specified below and shall keep such coverage in force during the terms of the Agreement. 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 this Agreement. This insurance shall indicate on the certificate of insurance the following coverage: (a) Owned automobiles; (b) Hired automobiles; and, (3) Non -owned automobiles. Commercial General Liability Insurance in an amount not less than a single limit of one million dollars ($1,000,000) per occurrence and an 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: Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 2 of 10 a. Broad Form Property Damage, with no employee exclusion; b. Personal Injury Liability, including extended bodily injury; C. Broad Form Contractual/Commercial Liability — including coverage for products and completed operations; d. Premises — Operations Liability (M&C); e. Independent Contractors and subcontractors; f. Blanket Contractual Liability. Professional Liability Insurance. The Contractor shall maintain professional liability insurance against legal liability arising out of activity related to the performance of this Agreement, on a form acceptable to Jefferson County Risk Management in the amounts of not less than $1,000,000 Each Claim and $2,000,000 Aggregate. The professional liability insurance policy should be on an "occurrence" form. If the professional liability policy is "claims made," then an extended reporting periods coverage (tail coverage) shall be purchased for three (3) years after the end of this Agreement, at the Contractor's sole expense. The Contractor agrees the Contractor's insurance obligation to provide professional liability insurance shall survive the completion or termination of this Agreement for a minimum period of three (3) years. The County shall be named as an "additional named insured" under all insurance policies required by this Agreement, except Professional Liability Insurance when not allowed by the insurer. Such insurance coverage shall be evidenced by one of the following methods: (a) Certificate of Insurance; or, (b) Self-insurance through an irrevocable Letter of Credit from a qualified financial institution. The Contractor shall furnish the County with properly executed certificates of insurance that, at a minimum, shall include: (a) The limits of overage; (b) The project name to which it applies; (c) The certificate holder as Jefferson County, Washington and its elected officials, officers, and employees with the address of Jefferson County Risk Management, P.O. Box 1220, Port Townsend, WA 98368, and, (d) A statement that the insurance policy shall not be canceled or allowed to expire except on thirty (30) days prior written notice to the County. 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. Certificates of coverage as required by this section shall be delivered to the County within fifteen (15) days of execution of this Agreement. Failure of the Consultant to take out or maintain any required insurance shall not relieve the Consultant from any liability under the Agreement, nor shall the insurance Professional Services Agreement, Contract 13, Version 1, Risk Legal Review Date 04/30/2018 Page 3 of 10 requirements be construed to conflict with or otherwise limit the obligations concerning indemnification of the County. The Contractor's 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, with the exception of Professional Liability Insurance, so affected shall protect both parties and be primary coverage for all losses covered by the above described insurance. 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. All deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Consultant. Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of this Agreement 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. Insurance companies issuing the Contractor's insurance 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 insurance policy. Any judgments for which the County may be liable, in excess of insured amounts required by this Agreement, or any portion thereof, may be withheld from payment due, or to become due, to the Contractor until the Contractor shall furnish additional security covering such judgment as may be determined by the County. 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. The County may, upon the Consultant's failure to comply with all provisions of this Agreement relating to insurance, withhold payment or compensation that would otherwise be due to the Consultant. The Contractor's liability insurance provisions shall be primary and noncontributory with respect to any insurance or self-insurance programs covering the County, its elected and appointed officers, officials, employees, and agents. Any failure to comply with reporting provisions of the insurance policies shall not affect coverage provided to the County, its officers, officials, employees, or agents. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 4 of 10 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 the requirements stated herein. The insurance limits mandated for any insurance coverage required by this Agreement are not intended to be an indication of exposure nor are they limitations on indemnification. The Contractor shall maintain all required insurance policies in force from the time services commence until services are completed. Certificates, insurance policies, and endorsements expiring before completion of services shall be promptly replaced. All the insurance policies required by this Agreement shall provide that thirty (30) days prior to cancellation, suspension, reduction or material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt requested. The Contractor shall place insurance with insurers licensed to do business in the State of Washington and having A.M. Best Company ratings of no less than A-, with the exception that excess and umbrella coverage used to meet the requirements for limits of liability or gaps in coverage need not be placed with insurers or re -insurers licensed in the State of Washington. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. 9. Worker's Compensation (Industrial Insurance). 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, the Contractor shall maintain workers' compensation insurance at its own expense, as required by Title 51 RC W, for the term of this Agreement and shall provide evidence of coverage to Jefferson County Risk Management, upon request. Worker's compensation insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage shall extend to any subcontractor that does not have their own worker's compensation and employer's liability insurance. The Contractor expressly waives by mutual negotiation all immunity and limitations on liability, with respect to the County, under any industrial insurance act, disability benefit act, or other employee benefit act of any jurisdiction which would otherwise be applicable in the case of such claim. If the County incurs any costs to enforce the provisions of this subsection, all cost and fees shall be recoverable from the Contractor. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 5 of 10 10. 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. The Contractor specifically has the right to direct and control Contractor's own activities, and the activities of its subcontractors, employees, agents, and representatives, in providing the agreed services in accordance with the specifications set out in this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties. 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, including, but not limited to: retirement, vacation pay; holiday pay; sick leave pay; medical, dental, or other insurance benefits; fringe benefits; or any other rights or privileges afforded to Jefferson County employees. 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. 11. Subcontracting Requirements. The Contractor is responsible for meeting all terms and conditions of this Agreement including standards of service, quality of materials and workmanship, costs, and schedules. Failure of a subcontractor to perform is no defense to a breach of this Agreement. The Contractor assumes responsibility for and all liability for the actions and quality of services performed by any subcontractor. Every subcontractor must agree in writing to follow every term of this Agreement. The Contractor must provide every subcontractor's written agreement to follow every term of this Agreement before the subcontractor can perform any services under this Agreement. The County Engineer or their designee must approve any proposed subcontractors in writing. Any dispute arising between the Contractor and any subcontractors or between subcontractors must be resolved without involvement of any kind on the part of the County and without detrimental impact on the Contractor's performance required by this Agreement. 12. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide 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 Agreement. For breach or violation of this warranty, the County shall have the right to annul this Agreement 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. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 6 of 10 13. 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. 14. No Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the County. Assignment does not include printing or other customary reimbursable expenses that may be provided in an agreement. 15. 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. 16. Termination. The County reserves the right to terminate this Agreement at anytime by giving ten (10) days written notice to the Consultant. 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. 17. Notices. All notices or other communications which any party desires or is required to give shall be given in writing and shall be deemed to have been given if hand -delivered, sent by facsimile, email, or mailed by depositing in the United States mail, prepaid to the party at the address listed below or such other address as a party may designate in writing from time to time. Notices to the County 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. 21312 30th Drive SE, Suite 110 Bothell, WA. 98021 18. 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. No representation or promise not expressly contained in this Agreement has been made. This Agreement supersedes all prior or simultaneous representations, discussions, negotiations, and agreements, whether written or oral, by the County within the scope of this Agreement. The Consultant ratifies and adopts all statements, representations, Professional Services Agreement, Contract 13, Version 1, Risk Legal Review Date 04/30/2018 Page 7 of 10 warranties, covenants, and agreements contained in its proposal, and the supporting material submitted by the Consultant, accepts this Agreement and agrees to all of the terms and conditions of this Agreement. 19. Modification of this Agreement. This Agreement may be amended only by written instrument signed by both County and Consultant. 20. Disputes. The Parties agree to use their best efforts to prevent and resolve disputes before they escalate into claims or legal actions. Any disputed issue not resolved pursuant to the terms of this Agreement shall be submitted in writing within 10 days to the Director of Public Works or County Engineer, whose decision in the matter shall be final, but shall be subject to judicial review. If either party deem it necessary to institute legal action or proceeding to enforce any right or obligation under this Agreement, each party in such action shall bear the cost of its own attorney's fees and court costs. Any legal action shall be initiated in the Superior Court of the State of Washington for Jefferson County. The parties agree that all questions shall be resolved by application of Washington law and that the parties have the right of appeal from such decisions of the Superior Court in accordance with the laws of the State of Washington. The Consultant hereby consents to the personal jurisdiction of the Superior Court of the State of Washington for Jefferson County. 21. Section Headings. The headings of the sections of this Agreement are for convenience of reference only and are not intended to restrict, affect, or be of any weight in the interpretation or construction of the provisions of the sections or this Agreement. 23. Limits of Any Waiver of Default. No consent by either party to, or waiver of, a breach by either party, whether express or implied, shall constitute a consent to, waiver of, or excuse of any other, different, or subsequent breach by either party. 24. No Oral Waiver. No term or provision of this Agreement will be considered waived by either party, and no breach excused by either party, unless such waiver or consent is in writing signed on behalf of the party against whom the waiver is asserted. Failure of a party to declare any breach or default immediately upon the occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. 25. Severability. Provided it does not result in a material change in the terms of this Agreement, if any provision of this Agreement or the application of this Agreement to any person or circumstance shall be invalid, illegal, or unenforceable to any extent, the remainder of this Agreement and the application this Agreement shall not be affected and shall be enforceable to the fullest extent permitted by law. 26. Binding on Successors, Heirs and Assigns. This Agreement shall be binding upon and inure to the benefit of the parties' successors in interest, heirs, and assigns. 27. No Assignment. The Contractor shall not sell, assign, or transfer any of rights obtained by this Agreement without the express written consent of the County. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 8 of 10 28. No Third -party Beneficiaries. The parties do not intend, and nothing in this Agreement shall be construed to mean, that any provision in this Agreement is for the benefit of any person or entity who is not a party. 29. Signature in Counterparts. The parties agree that separate copies of this Agreement may be signed by each of the parties and this Agreement shall have the same force and effect as if all the parties had signed the original. 30. Facsimile and Electronic Signatures. The parties agree that facsimile and electronic signatures shall have the same force and effect as original signatures. 31. Arms-Lengthgotiations. The parties agree that this Agreement has been negotiated at arms -length, with the assistance and advice of competent, independent legal counsel. 32. Public Records Act. Notwithstanding the provisions of this Agreement to the contrary, to the extent any record, including any electronic, audio, paper or other media, is required to be kept or indexed as a public record in accordance with the Washington Public Records Act, Chapter 42.56 RCW, as may hereafter be amended, the Contractor agrees to maintain all records constituting public records and to produce or assist the County in producing such records, within the time frames and parameters set forth in state law. The Contractor further agrees that upon receipt of any written public record request, Contractor shall, within two business days, notify the County by providing a copy of the request per the notice provisions of this Agreement. Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 9 of 10 DATED this day of HWA GeoSciences, Inc. Name of Consultant Steven E. Greene Consultant Representative t) entative (Please print) — A-�k' � t �►� (Signature) Vice President Title May 3, 2019 Date IW, JEFFERSON COUNTY BOARD OF COMMISSIONERS Kate Dean, District 1 David Sullivan, District 2 Greg Brotherton, District 3 Approved as to form only: PRE -APPROVED CONTRACT FORM Philip C. Hunsucker Date Chief Civil Deputy Prosecuting Attorney C �/ eftP.E. —A Date Public Works Director/County Engineer Professional Services Agreement, Contract B, Version 1, Risk Legal Review Date 04/30/2018 Page 10 of 10 EXHIBIT A SCOPE OF SERVICES FOR MATERIALS SAMPLING, TESTING, AND INSPECTION The CONSULTANT will collect and transport material samples, perform material tests, prepare test reports, and perform inspection for Hot Mix Asphalt (HMA) and other Aggregate materials. Services will be for the South Discovery Road Pavement Preservation Project in Port Townsend, WA. Testing will be performed in accordance with the WSDOT 2018 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. HMA Mix Design Review and Analysis. 2. Limited HMA Plant and Scale Inspection. 3. HMA Placement Observation, HMA Materials Sampling and Testing, and HMA Compaction Testing. 4. Aggregate Materials Sampling and Testing, and Aggregate Materials Compaction Testing. 5. Laboratory Material Testing and Reporting. The assumed project schedule constraints are as follows: 1. Anticipated Construction Start Date — Between May 1 and May 31, 2019. 2. HMA CL. '/2 IN. PG 58H-22 mainline estimated quantity: 2135 tons. 3. HMA placement rate: estimated 1000 to 1500 tons per day. 4. HMA paving duration: estimated 2 Working Days. 5. Contractor Working Days per Contract: 30 Working Days. Task 01 - HMA Mix Design Review and Analysis The CONSULTANT will review the Contractor's verified HMA mix design. Assumptions • The HMA mix design will have been verified and approved by WSDOT's Material Laboratory or by another acceptable certification method meeting the requirements of APWA GSP 5.04.2(2) "Mix Design — Obtaining Project Approval" (Project Contract Provisions). • Jefferson County will also review the HMA Mix Design for conformance with the Contract Provisions and Standard Specifications. Deliverables • HMA Mix Design review, analysis, and acceptance recommendation documentation. South Discovery Road Pavement Preservation Project, Project No. 18019760 Page 1 Task 02 — Limited HMA Plant and Scale Inspection The CONSULTANT will observe HMA plant operations, while at the plant for sampling, in accordance with the APWA 5-04.3(3)A "Mixing Plant" (Project Contract Provisions) and the WSDOT Construction Manual Section 5-04.3(1) "HMA Mixing Plant." 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 one Report of plant and scale inspection/observations using Jefferson County provided Inspector's Daily Report form. • Collect Contractor provided Scaleman's Daily Report (WSDOT Form 422-027). Task 03 — HMA Placement Observation, HMA Materials Sampling and Testing, and HMA Compaction Testing The CONSULTANT will observe the HMA placement and test compaction of the HMA with a nuclear moisture -density gauge and meeting the requirements WSDOT Standard Specification Section 5- 04.3(10). Assumptions • A WSDOT approved thin layer nuclear density gauge will be used. • The CONSULTANT will collect and transport samples of HMA materials from the asphalt plant and the project site during construction. • 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. • The CONSULTANT will conduct the required tests and 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), unless the Engineer omits HMA Core Gauge Correlation. • Rice Density (Summarized in Tabular form and shown on an Extraction Gradation Plot). • Composite Pay Factors (CPF) calculations and reports as required. South Discovery Road Pavement Preservation Project, Project No. 18019760 Page 2 Task 04 — Aggregate Materials Sampling and Testing, and Aggregate Materials Compaction Testing The CONSULTANT will sample and test aggregate materials prior to and during construction. The CONSULTANT will observe the placement and test compaction of the aggregate materials with a nuclear moisture -density gauge and meeting the requirements WSDOT Standard Specification Section 4-04.3(5) and Section 2-03.3(14)D. Assumptions • A WSDOT approved standard nuclear density gauge will be used. • The CONSULTANT will collect and transport Preliminary samples of Crushed Surfacing Base Course materials from the Contractor source prior to construction. • The CONSULTANT will collect and transport Acceptance samples of Crushed Surfacing Base Course materials from the project site during construction. • The CONSULTANT will conduct the required tests and provide all test reports to the AGENCY without delay. Deliverables Test reports for Aggregate Gradation/Sieve Analysis tests, Fracture/Face Count tests, and Sand Equivalent tests. Aggregate Compaction Test Reports. Task 05 — Laboratory Material Testing The CONSULTANT will conduct the following tests as required in accordance with the above listed manuals and documents: Procedure No. Test Method Estimated Test Quantity Aggregates AASHTO T-2 WSDOT FOP for AASHTO for the Sampling of Aggregates AASHTO T- FOP for WAQTC/AASHTO for the Sieve Analysis of Fine & Coarse 27/T 11 Aggregates AASHTO T-176 WSDOT FOP for AASHTO for Determining the Plastic Fines in Graded Aggregate by Use of the Sand Equivalent Test AASHTO T-248 WSDOT FOP for AASHTO for Reducing Field Samples of Aggregates to Testing Size AASHTO T-255 WSDOT FOP for AASHTO for Determining the Total Moisture Content of Aggregate by Drying AASHTO T-335 FOP for AASHTO for Determining the Percentage of Fracture in Coarse Aggregate AASHTO T-304 WSDOT FOP for AASHTO Uncompacted Void Content of Fine Aggregates South Discovery Road Pavement Preservation Project, Project No. 18019760 Page 3 Procedure No. Test Method Estimated Test Quantity AASHTO T 180 Standard Method of Test for Moisture -Density Relations of soils using a Method D 1 Ib. Rammer and a 18 -In. Drop AASHTO T 310 FOP for AASHTO T 310, In -Place Density and Moisture Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) Standard Operating Procedure for Determination of the % Compaction WSDOT 615 for Embankment & Untreated Surfacing Materials using the Nuclear Moisture -Density Gauge Hot Mix Asphalt AASHTO T-168 FOP for WAQTC/AASHTO for the Sampling Bituminous Paving Mixtures AASHTO T-209 WSDOT FOP for AASHTO for Determining the Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures AASHTO T- FOP for WAQTC/AASHTO for the Sieve Analysis of Fine & Coarse 27/T l 1 Aggregates AASHTO T-40 FOP for WAQTC/AASHTO for Sampling Bituminous Materials AASHTO- T 166 WSDOT FOP for AASHTO Bulk Specific Gravity of Compacted Hot Mix Asphalt Using Saturated Surface Dry Specimens AASHTO T-308 WSDOT FOP for AASHTO for Determining Asphalt Content of Hot Mix Asphalt (HMA) by the Ignition Method AASHTO T-329 FOP for AASHTO Moisture Content of Hot Mix Asphalt (HMA) by Oven Method WSDOT 712 Standard Method of Reducing Bituminous Paving Mixtures WSDOT 716 Method of Random Sampling for Location of Testing and Sampling Sites FOP for AASHTO for Preparing and Determining the Density of Hot- AASHTO T 312 Mix Asphalt (HMA) Specimens by Means of the Superpave Gyratory Compactor WSDOT 729 Standard Operating Procedure for Determination of the Moving Average of Theoretical Maximum Density (TMD) for HMA (Rice Density) Hot Mix Asphalt Density WAQTC TM -8 FOP for WAQTC for In Place Density of Bituminous Mixtures Using the Nuclear Moisture Density Gauge WSDOT 716 Method of Random Sampling for Location of Testing and Sampling Sites South Discovery Road Pavement Preservation Project, Project No. 18019760 Page 4 Assumptions • Approximately 2135 Tons of HMA Cl. '/2 In. PG 581-1-22 will be placed on the lanes and shoulders. • Prior to construction HMA aggregate and binder will be sampled at the plant to determine oven correction factor. • 3 samples of HMA will be obtained at the plant representing 3 sublots. In addition 3 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. • Bulk Density of HMA Cores for Gauge Correlation to Mix testing is at the option of the Engineer and may be deleted. • Materials for HMA for Preleveling CL. 3/8 In. PG 581-1-22 and HMA for Approach CL. '/z In. PG 581-1-22 will not be sampled or tested. • Approximately 546 tons of Crushed Surfacing Base Course will be placed for the widened shoulders and the shoulder finishing. • One sample of CSBC will be taken from the Contractor's source for Preliminary testing: Moisture Density Relationship, Gradation/Sieve Analysis, Fracture Face Count, Sand Equivalent tests. • One sample of CSBC will be taken from the project site for Acceptance testing: Gradation/Sieve Analysis, Fracture Face Count, Sand Equivalent tests. • 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. South Discovery Road Pavement Preservation Project, Project No. 18019760 Page 5 EXHIBIT B FEE SCHEDULE SOUTH DISCOVERY ROAD PAVEMENT PRESERVATION PROJECT (HWA GEOSCIENCES, INC.) HOURLY BILLING RATES JOB TITLE RATE UNCOMPACTDED VOIDS IN HMA AGGREGATE $145.00 PER TEST PROJECT/TECHNICAL MANAGEMENT $230.00 FIELD TECHNICIAN: TESTING/INSPECTION $100.00 FIELD TECHNICIAN: INSPECTION/ SAMPLE PICK-UPS $75.00 CLERICAL $80.00 MOISTURE DENSITY RELATIONSHIP $250.00 PER TEST 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 UNCOMPACTDED VOIDS IN HMA AGGREGATE $145.00 PER TEST COMPACTION/NUCLEAR GAUGE (STD./THIN LIFT) $60.00/$40.00 PER DAY BULK DENSITY OF HMA CORES FOR GAUGE CORRELATION TO MIX $55.00 PER TEST HMA OVEN CORRECTION FACTOR $130.00 PER TEST RICE ANALYSIS, EXTRACTION, GRADING $305.00 PER TEST MOISTURE DENSITY RELATIONSHIP $250.00 PER TEST GRADATION/SIEVE ANALYSIS $145.00 PER TEST FRACTURE FACE COUNT $55.00 PER TEST SAND EQUIVALENT (SE) $105.00 PER TEST DIRECT EXPENSES EXPENSE UNIT COST ASPHALT CORES $50.00 PER CORE MILEAGE $0.58 PER MILE FERRY FARE: CAR & DRIVER $38.30 Round Trip (summer rate) PASSENGER $8.50 Round Trip (summer rate) 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. South Discovery Road Pavement Preservation Project, Project No. 18019760 N p E g y g O n zo ,p N a> - 8 & ii www 88 0 8 �F wa I � LL c7 aoz 8 8 8 8 888.8 88 88 i ---_- 8 8 8 8 8888 88 88 w i� z io0 oo3as w o 8 8 8 8 8 5888 S 88 woi�z 80 � N� Zooz 0 t -� x 8 8 8 8 8 8888 8 88 Zw zoo 0 8 Y=ip mo" og 0 $ 8 8 8 8 8 8888 8 88 F z < $ " o 0 5 _ W 0 - 8 8 8 8 8 8888 8 88 z aoo 5i F x < 8 8 8 8 8 8888 8» 88. m o o r w� 8d i I rc $888 8282 8888. 8888 8858 88885388 88 88 82 0. - - 888» 888» 888 888 888 888888 88 88 U �a 8888 8888 .9538.8 858 888 8888535357 8 88 O - 1-1 11 1 » I I I I I- I I»I I I I I I 1 1-1 g 888, 888, SS888 5888888 888, x888888 8 Z N s 8$ a sd N 2 u 888» $$$ 8585 888 5888 55$555 88 88 z. vq v e g o5� CK W > N W U 0o > a„rc O z N' LU -.0 C C CC CC CL @@ U,W15 E }'KIQ E E m n O e O m N O = E w2 F O v F �So m 2 c i c)�Q'' Nzi. E9,m`o CocELU uia _ =W''.W' EE c5E E OE GmaUUE N NW U E Ep 2 2. `o�'m E C A uuuvv= rc LL IL r