HomeMy WebLinkAbout032122ca09Department of Public Works
To:
From:
Agenda Date:
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
Board of Commissioners
Mark McCauley, Interim County Administrator
Monte Reinders, P.E., Public Works Director/County Engineer
March 21, 2022
Subject: Professional Services Agreement with
Materials Testing >t Consulting, Inc.
SR 116 and Cedar Avenue Pedestrian - Bike Improvements Project
Co. Rd. No. 637109, M.P. 0.03 to M.P. 0.42
Project No. 1802057
Statement of Issue:
Professional Services Agreement with Materials Testing Et Consulting, Inc. of Silverdale,
WA. for providing Materials Testing and Inspection services for the SR 116 and Cedar
Avenue Pedestrian - Bike Improvements Project in Port Hadlock, WA.
Analysis/Strategic Goals/Pro's It Con's:
This project is included in the 2021-2026 Six Year Transportation Improvements Program
and the Annual Construction Program, as item number 3. The goal of this project is to
improve pedestrian and bicycle safety along Cedar Ave. between SR 116 and Hayden St.,
provide a multi -use path for students from Cedar Ave. to Chimacum Creek Primary School,
provide a pedestrian sidewalk from Cedar Ave. to the Jefferson County Regional Library,
and to provide 2 pedestrian activated Rectangular Rapid Flashing Beacons at the school
entrance on SR 116.
This agreement will provide Materials Testing and Inspection services by Materials Testing
Et Consulting, 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 $7,200.00. Funding for this project is provided by a WSDOT Safe Route to
School Program (State) grant at the regional matching ratio of 100%.
Recommendation:
The Board is asked to execute the three (3) originals of the Professional Services
Agreement with materials Testing Et Consulting, Inc., and return two (2) signed originals to
Public Works (attn. John Wayand).
Department Contact: John Wayand, Project Manager, 385-9377
Reviewe
Mark McCain Interim County Admin st for Da e
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
Materials Testing & Consulting, Inc. ("the Consultant"), in consideration of the
mutual benefits, terms, and conditions specified below.
Project Designation. The Consultant is retained by the County to perform
Materials sampling, testing, and inspection services for the SR 116 and Cedar Avenue
Pedestrian - 1 e Improvements Project, FMjectNu. luu.Lulir.
2. Sco a of Services. Consultant agrees to perform the services identified on Exhibit "A"
attached hereto including the provision of all labor.
3. Time for Performance. Work under this 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 $ 7,200.00 without express written modification
of the Agreement signed by the County.
b. The Consultant may submit invoices to the County once per month during the
progress of the work for partial payment for project completed to date. 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 3, Risk Legal Review 6/17/2020 Page 1 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. The Consultant shall defend, indemnify and hold the County, its
officers, officials, employees, agents and volunteers (and their marital communities)
harmless from any and all claims, injuries, damages, losses or suits including attorney
fees, arising out of or resulting from the acts, errors or omissions of the Consultant in
performance of this Agreement, except for injuries and damages caused by the sole
negligence of the County. 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 County, its officers, officials, employees,
agents and volunteers (and their marital communities) the Consultant's liability,
including the duty and cost to defend, hereunder 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. This
waiver has been mutually negotiated by the parties. The provisions of this section shall
survive the expiration or termination of this Agreement.
8. Insurance. Prior to commencing work, the Consultant 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 Liabilily 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 Liabili!y 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.
Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 2 of 10
The insurance coverage shall contain no limitations on the scope of the protection
provided and include the following minimum coverage:
a. Broad Form Property Damage, with no employee exclusion;
b. Personal Injury Liability, including extended bodily injury;
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 Consultant 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 period coverage (tail coverage) shall
be purchased for three (3) years after the end of this Agreement, at the Consultant's sole
expense. The Consultant agrees the Consultant'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 Consultant 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 B, Version 3, Risk Legal Review 6/17/2020 Page 3 of 10
requirements be construed to conflict with or otherwise limit the obligations concerning
indemnification of the County.
The Consultant'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 Consultant'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 Consultant until the Consultant 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 Consultant'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 Consultant'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 3, Risk Legal Review 6/17/2020 Page 4 of 10
The Consultant shall include all subconsultants as insured under its insurance policies or
shall furnish separate certificates and endorsements for each subconsultant. All insurance
provisions for subconsultants 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 Consultant 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 Consultant 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 (nsurance).
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 Consultant shall maintain workers'
compensation insurance at its own expense, as required by Title 51 RCW, 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 subconsultant that does not have their own worker's
compensation and employer's liability insurance.
The Consultant 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 Consultant.
Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 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 Consultant specifically has the right to direct and control Consultant's own activities,
and the activities of its subconsultants, 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 Reciuirements.
The Consultant 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 subconsultant to perform is no defense to a breach of this
Agreement. The Consultant assumes responsibility for and all liability for the actions and
quality of services performed by any subconsultant.
Every subconsultant must agree in writing to follow every term of this Agreement. The
Consultant must provide every subconsultant's written agreement to follow every term of
this Agreement before the subconsultant can perform any services under this Agreement.
The County Engineer or their designee must approve any proposed subconsultant in
writing.
Any dispute arising between the Consultant and any subconsultant or between
subconsultant must be resolved without involvement of any kind on the part of the
County and without detrimental impact on the Consultant'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.
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,
Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 6 of 10
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 any time 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:
Materials Testing & Consulting, Inc.
711 Chrysler Unve
-Burlington,, WA. 98233
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,
warranties, covenants, and agreements contained in its proposal, and the supporting
Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 Page 7 of 10
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 maybe 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 Consultant 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 3, Risk Legal Review 6/17/2020 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. Si '[Mture 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 -Length Negotiations. 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 Consultant 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
Consultant further agrees that upon receipt of any written public record request,
Consultant 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 3, Risk Legal Review 6/17/2020 Page 9 of 10
DATED this day of . 20
Materials Testing & Consulting, Inc.
Name of Consultant
Raymond McNamara
Consultant Representative (Please print)
(5ignatrire)
Title
3/14/2022
Date
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Kate Dean, District 1
Heidi Eisenhour, District 2
Greg Brotherton, District 3
Approved as to form only:
PRE -APPROVED CONTRACT FORM
Philip C. Hunsucker Date
Chief Civil Deputy Prosecuting Attorney
t!Lcrs, P.E. Date
Public Works Director/County Engineer
Professional Services Agreement, Contract B, Version 3, Risk Legal Review 6/17/2020 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 provide inspection for Aggregate Materials, Hot Mix Asphalt (HMA), and Concrete for the
SR 116 and Cedar Avenue Pedestrian — Bike Improvements project in Port Hadlock, WA. Testing will be
performed in accordance with the WSDOT 2021 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. Aggregate Materials Sampling and Testing.
2. HMA Materials Sampling, Testing, HMA Placement Observation,
and HMA Compaction Testing.
3. Concrete Materials Sampling and Testing.
4. Laboratory Material Testing and Reporting.
The anticipated project schedule and estimated materials to be tested are as follows:
Schedule
■ Date of Completion for This Agreement: December 31, 2022
• Tentative Construction Start Date: April 4, 2022
• Contractor Working Days per contract: 75 Working Days.
Materials
• Infiltration Drain Rock (Coarse Concrete Aggregate): 75 C.Y.
• Crushed Surfacing Base Course: 500 Tons
• Crushed Surfacing Top Course: 105 Tons
• Commercial HMA: 82 Tons (estimated HMA paving duration 1 working day)
• CL. 4000 Concrete (Cement Concrete Driveway Entrance Type): 170 S.Y.
Task 01 — Aggregate Materials Sampling, Testing, and Placement Inspection
The CONSULTANT will sample and test aggregate materials per Exhibit B-1 prior to and during
construction. The CONSULTANT will inspect the placement and test compaction of the aggregate
materials with a nuclear moisture -density gauge.
• 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 and Crushed Surface Top Course materials from the project site during construction.
• The CONSULTANT will conduct Aggregate Gradation/Sieve Analysis tests, Fracture/Face
Count tests, and Sand Equivalent tests.
• The CONSULTANT will conduct Compaction Tests using a WSDOT approved nuclear
moisture -density gauge and meeting the requirements of Standard Specification Section4-04.3(5)
and Section 2-03.3(14)D.
• The CONSULTANT will provide all test reports to the AGENCY without delay.
• Infiltration Trench Drain Rock (Coarse Concrete Aggregate) located adjacent to the sidewalk
between Mason St. and the bus pullout will be tested.
• Crushed Surfacing Base Course located below the Cedar Ave. concrete sidewalk and below the
Multi -use Path will be tested.
• Crushed Surfacing Top Course located on the Multi -use Path will be tested.
SR 116 and Cedar Avenue Pedestrian — Bike Improvement Project, Project No. 1802057
Page 1
Task 02 - HMA Materials Sampling, Testing, and Placement Inspection
The CONSULTANT will sample and test HMA materials per Exhibit 13-1 prior to and during
construction. The CONSULTANT will inspect the placement and test compaction of the HMA materials
with a nuclear moisture -density gauge.
■ The HMA mix design will be a current approved HMA Mix Design from the WSDOT Qualified
Products List submitted by the CONTRACTOR. The CONSULTANT will review the
CONTRACTOR'S submitted HMA Mix Design.
■ The CONSULTANT will collect and transport samples of HMA materials from the asphalt plant
and/or the project site during construction for Rice Density Analysis.
• The CONSULTANT will inspect the HMA placement and perform HMA Compaction Tests
using an approved thin layer nuclear moisture -density gauge and meet the requirements of
WSDOT Standard Specification Section 5-04.3(10).
• The CONSULTANT will conduct the required tests and provide all HMA test reports to the
AGENCY without delay.
• Commercial HMA located on the Multi -use Path will be tested.
• HMA for Pavement Repair CL. '/2 In. PG-58H-22 (Commercial HMA) will not be tested.
Task 03 - Concrete Materials Sampling, Testing, and Placement Inspection.
The CONSULTANT will sample and test Class 4000 Concrete materials per Exhibit B-1 prior to and
during construction. The CONSULTANT will inspect the placement of Class 4000 Concrete materials.
• The Concrete mix design will be a mix design submitted by the CONTRACTOR and approved
by the AGENCY. The CONSULTANT will review the CONTRACTOR'S submitted Concrete
Mix Design.
• The CONSULTANT will collect and transport samples of Concrete Aggregate materials from the
CONTRACTOR'S source prior to construction for Concrete Aggregate testing.
• The CONSULTANT will collect Concrete samples during construction for Concrete Slump,
Concrete Air, Concrete Temperature, and Concrete Compressive Strength testing.
• The CONSULTANT will inspect the Concrete placement.
■ The CONSULTANT will conduct the required Concrete tests and provide all Concrete test
reports to the AGENCY without delay.
• Class 4000 Concrete located in the Cement Concrete Driveway Entrance Type I structures will be
tested.
• Commercial Concrete items (Cement Cone. Traffic Curb and Gutter, Cement Cone. Pedestrian
Curb, Commercial Concrete, Cement Cone. Sidewalk, Cement Cone. Curb Ramp Type
Combination, Cement Cone. Curb Ramp Single Direction, Cement Cone. Curb Ramp Type
Parallel B) will not be tested.
SR 116 and Cedar Avenue Pedestrian — Bike Improvement Project, Project No. 1902057
Page 2
Task 04 — Laboratory Material Testing
The CONSULTANT will conduct the following tests per Exhibit B-1 and in accordance with the above
listed manuals and documents (not all of the following tests are required):
Procedure No.F
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
AASHTO T 180
Standard Method of Test for Moisture -Density Relations of soils using a
Method D
1 lb. 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 Gau e
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 11
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
SR 116 and Cedar Avenue Pedestrian — Bike Improvement Project, Project No. 1802057
Page 3
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
Concrete
FOP for WAQTC
T 27/T 11
Sieve Analysis of Fine and Coarse Aggregates
AASHTO M6
Amount of Deleterious Substances
AASHTO M80
AASHTO T 96
Resistance to Degradation of Small Size Coarse Aggregate by Abrasion
and Impact in the Los Angeles Machine
WSDOT T 113
Method of Test for Determination of Degradation Value
AASHTO T 22
Compressive Strength of Cylindrical Concrete Specimens
FOP for
AASHTO T 23
Making and Curing Concrete Test Specimens in the Field
FOP for
Slump of Hydraulic Cement Concrete
AASHTO T 119
FOP for WAQTC
Sampling Freshly Mixed Concrete
TM 2
FOP for
AASHTO T 152
Air Content of Freshly Mixed Concrete by the Pressure Method
FOP for
Capping Cylindrical Concrete Specimens
AASHTO T 231
SR 116 and Cedar Avenue Pedestrian —Bike Improvement Project, Project No. 1802057
Pagc 4
FOP for Temperature of Freshly Mixed Portland Cement Concrete
AASHTO T 309
Assumptions
• Samples of HMA will be obtained at the plant or onsite. HMA to be tested for Maximum
Theoretical Specific Gravity (Rice Density) for use with compaction testing.
• 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.
• Concrete Slump shall not exceed 5 '/Z" for sidewalks, curbs, and gutters.
• Concrete Compressive Strengths shall be measured at 28 days.
■ 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.
SR 116 and Cedar Avenue Pedestrian — Bike Improvement Project, Project No. 1802057
Page 5
EXHIBIT B
FEE SCHEDULE
SR 116 and Cedar Avenue Pedestrian — Bike Improvements Project
Materials Tes_tiniz & Consulting, inc.)
HOURLY BILLING RATES
JOB TITLE
RATE
PROJECT/TECHNICAL MANAGEMENT
$95.00
FIELD TECHNICIAN: TESTING/INSPECTION
$78.00
FIELD TECHNICIAN: INSPECTION/ SAMPLE
PICK-UPS
$75.00
CLERICAL
$0.00
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
MOISTURE DENSITY RELATIONSHIP (PROCTOR)
$300.00 PER TEST
AGGREGATE GRADATION/SIEVE ANALYSIS
$130.00 PER TEST
FRACTURE FACE COUNT
$70.00 PER TEST
SAND EQUIVALENT (SE)
$100.00 PER TEST
COMPACTION/NUCLEAR GAUGE (STD./THIN LIFT)
$0.00 PER DAY
RICE DENSITY ANALYSIS
$95.00 PER TEST
CONCRETE SLUMP
$0.00 PER TEST
CONCRTE AIR
$0.00 PER TEST
CONCRETE TEMPURATURE
$0.00 PER TEST
CONCRETE COMPRESSIVE STRENGTH
$25.00 PER TEST
DIRECT EXPENSES
EXPENSE UNIT COST
MILEAGE $0.00 PER MILE+
MTC may assess a fuel surcharge if unleaded fuel pricess escalate above $5.00 per gallon.
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
SR 116 and Cedar Avenue Pedestrian -Bike Improvements Project, Project No. 1802057