HomeMy WebLinkAbout19-027 - Mayes Testing Engineers - Public Safety Plan Construction Testing and Inspection for Justice Center and Fire Station 51City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 19-027 (b)
CONTRACT FOR SERVICES
Amendment No. 2
Between the City of Tukwila and Mayes Testing Engineers, Inc.
That portion of Contract No. 19-027 between the City of Tukwila and Mayes Testing
Engineers, Inc. is hereby amended as follows:
Section 1 Project Designation: The Consultant is retained by the City to perform
Geotechnical Construction Services in connection with the project titled Tukwila Public Safety
Plan, Fire Station 52 site.
Section 2 Scope of Services: The Consultant agrees to perform the services, identified on
Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and
supplies.
Section 4 Payment: The Consultant shall be paid by the City for completed work and for
services rendered under this Agreement as follows:
Payment for the work provided by the Consultant shall be made as provided on Exhibit "A"
attached hereto, provided that the total amount of payment to the Consultant shall not exceed
$139,453.50 (including estimated expenses) without express written modification of the
Agreement signed by the City. The total amount for this amendment is $4,000.
All other provisions of the contract shall remain in full force and effect.
Dated this 19th day of June , 2020
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor -9 / ?,07t, Printed Name: Timothy Beckerle, Principal
CA Revised December 2016
_1,4Z
Page 1 of 1
EXHIBIT A
AYES TESTING ENGINEERS -
SUPPLEMENT TO AGREEMENT FOR SERVICES
CHANGE TO
SCOPE OF SERVICES AND FEES
Reference Number: M8181387
This SUPPLEMENT to AGREEMENT FOR SERVICES to the original Agreement for Services (original Agreement dated 02/25/2019, Agreement
reference number 18549T) is between Shiels Obletz Johnsen, Inc ("Client") and Mayes Testing Engineers, Inc. ("Consultant") for additional or changed
Services to be provided by Consultant for Client on the Project, as described in the Agreement for Services. This Supplement is incorporated into and part of
the Agreement for Services.
Scope of Services. The scope of the additional or changed Services are described in the Scope of Services section of the Consultant's
Supplemental Proposal, unless Services are otherwise described below or in Exhibit B to this Supplement (which section or exhibit are incorporated
into the Supplement).
Justice Center Site Walls — It is anticipated that at least 8 more Specital Inspections will be necessary for reinforcing steel and concrete.
. Compensation. Client shall pay compensation for the additional or changed Services performed at the fees stated in the Supplemental Proposal
unless fees are otherwise stated below or in Exhibit C to this Supplement (which section or exhibit are incorporated into the Supplement).
Current Contract Amount = $80,328.50
Requested Supplement = $4,000.00
New Contract Amount = $84,328.50
All terms and conditions of the Agreement Coyr Services shall continue in full force and effect. This Supplement is accepted and Consultant is
authorized to proceed.
Consultant:
By:
Name/Title:
Address: 10029 S Tacoma Way Ste E2
Maye
Pf
Client: Shiels Obletz Johnsen, Inc
Date: 5/15/2020 By:
Paul D Davis, P.E. / Office Manager 1
Name/Title: Ethan Bernau
Date:
Address: 800 5th Ave
Tacoma, WA 98499-4686 Seattle, WA 98104-3176
Phone: (253) 573-9939 Fax: (253) 573-9959 Phone: (206) 838-3705 Fax:
Email: Paul.Davis@terracon.com Email: ethanb@sojsea.com
Page 1 of 1 Rev. 8-12
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
19-027(a)
Agreement Number: Council Approval 11/18/19
CONTRACT FOR SERVICES
Amendment No. 1
Between the City of Tukwila and Mayes Testing Engineers, Inc.
That portion of Contract No. 19-027 between the City of Tukwila and Mayes Testing
Engineers, Inc. is hereby amended as follows:
Section 1 Pro.e t D-si.nation: The Consultant is retained by the City to perform
Geotechnical Construction Services in connection with the project titled Tukwila Public Safety
Plan, Fire Station 52 site.
Section 2 Scope of Services: The Consultant agrees to perform the services, identified on
Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and
supplies.
Section 4 Payment: The Consultant shall be paid by the City for completed work and for
services rendered under this Agreement as follows:
Payment for the work provided by the Consultant shall be made as provided on Exhibit "A"
attached hereto, provided that the total amount of payment to the Consultant shall not exceed
$135,453.50 (including estimated expenses) without express written modification of the
Agreement signed by the City. The total amount for this amendment is $78,378.50
($43,228.50 + $35,150.00).
All other provisions of the contract shall remain in full force and effect.
Dated this •-•6'.1111. day of Wokteil" , 2019
CITY OF UKWI A
Allan Ekberg, Mayor
ATTEST/AUT TICATED
itt! PI
hristy O'Flaherty, MMC, City Clerk
CONTRACTOR
Printed Name: Timothy Beckerle, Principal
APPROVFJ AS TO FORM
Office of the City Attorney
0-7( / 6 /A/,'IL
CA Revised December 2016
Page 1 of 1
EXHIBIT
Matt Strutvnski
From:
To:
Ethan8ernau
Thursday, September 1G\2O19 1:34PK4
K4aUStnutynski
FVV: Change Order for the Tukwila Justice Center
From: Sanborn Dennb<Dsanbmrn@»k8ayestesting.cnm>
Sent: Monday, September 16,2O192:34PK4
To: Ethan Bernau<ethanb@soiseacom»
Cc: Davis, Paul D<PauiDavis@terraconzom>;Rix, Belinda M«Be|inda.Rix@1erracon.com>
Subject: RE: Change Order for the Tukwila Justice Center
Ethan :| have had achance noreview the original bidding documents and the current approved documents.
There were many factors that influenced our costs the largest being where the Fab Shop was located. Undah|was
located in Franklin Idaho, we serviced the project from our other offices in Salt lake LIT and Boise Idaho. There was also a
larger change from the preliminary drawing which did not show the complete joint penetration welds (C]P)inthe
column base plates for example, in the production drawings all BF columns are C_JP and required more inspections and
NDE examinations in the approved drawing this added greatly to the cost as well. We needed to verify fit up and welding
and then perform NDEtesting (UT).
| can dig deeper and break the costs down Kyou would like but those are the Zbiggest factors. See some comments
Please let me if you need this broken down
Dennis
Private and confidential as detailed here (wvvw Ionpmocut 'vdiscia.rner).xyou cannot access hypmrlinxplease e-mail sender
, Please consider the environment before printing this email '.P
From: Ethan Bernau<ethanb@ooisea.cnmp
Sent: Thursday, September 12'2O199:46AK8
To: Sanborn, Dennis «DsanbornpoKxavestestine.com>
Cc: Davis, Paul D«PaoiDavis (cDterraconzom»;Rix, Belinda M<Be|ioda.Rixptenacoozom>
Subject: RE: Change Order for the Tukwila Justice Center
Dennis,
Can you provide more detail on why the hours for steel fabrication shop inspections increased so significantly?|vviU
need help justifying the amendment. For example:
• Location ofsteel fabrication shop increased costs:
u Mayes assumed steel fabrication in Washington. Awarded steel fab shop is in Idaho, increasing hours for
travel time and mileage costs? Added costs due toLocation wea|vvaysaovmelocal fabrication.
° Quantity ofinspections increased:
1
EXHIBIT
Did Mayes assume periodic inspections and is now performing full time inspections at the shop? Change
from the hid documents to the production docomeotschanged from fillet welds to []P vv0din8and NDE
testing asvve|L
o Any increase due toVVABOnrAQ[certification issues?
o Any increase due to City of Tukwila building official requirements (beyond what was assuni Change
from the bid docurnents to the production docurrients changed frorn fillet welds to CJP welding and NDE
testing asweU.
o Any increase due tostructural engineer's requirements (beyond what was assumed)?»vcperformed the
required inspecdunsand teshnQper A|SCand code requirements,
Any explanation like this will help the owner understand the cost increase.
EtMmmBwrwmw et1uanb0sp ���olO
zOzvoderWay 3uite6O6 1 Seattle, wA98zV«
Shiels|Obletz IJwhmmew
Project Focused. Community Driven.
From: Sanborn, Dennis <DsanhornpK8avestesting.com>
Sent: Tuesday, September10, 201913:09PM
To: Ethan Bernau<ethanb(ci)sojseazonn>
Cc: Davis, Paul D<Ppu|.Davis(Wter/aconcom>�Rix, Belinda M <8e|inda,RixPterraconzon?>
Subject: Change Order for the Tukwila Justice Center
Ethan:
Here bthe change to the scope of services for the Tukwila Justice Center project for the out of state fabrication shop
inspections and added scope ofservices. Please see the attached document.
Thank You.
Dennis
Dennis Sanborn Senior Project Manager
8xAYESTESTING ENGINEERS, INC. ATwnaconCompany
1OU29STacoma Way, STEE'2yTacoma, Washington S84S9
Cell: zsx.uz*.a7ooOffice: ue.xo*.arzo
dnanbomAmayesteshnqcom ) muvosteotinno*m |\mrmcnozum
Private and confidential as detailed here fwww.Aerrac�n corn/disdainei).oyou cannot access hyperlink, please e-mail sender.
"T Please consider the environment before printing this email �P
Ternaoon provides envronmenta|, fon|itieo, geohsohnica, and mahaha|n consulting engineering services delivered with
responsiveness, resourcefulness, and reliability.
Private and confidential as detailed here (www,terracoti.com/disclaimer). Ifyou cannot access the h}perlink, please e-mail
2
EXHIBIT A
$0/11/2019
City of Tukwila Tukwila Justice Center
Testing and Inspection Services
Mayes Testing Engineers, Inc.
M8181387/185497 - Change Order No. 1
Contract Budget
Billed Items as of 9128719
New Prii pc)sed Budg it (Includes
es from
Invoices ui to 9/28 and servic0
9/30,.e0d of pr jecti
Item
Estimated
No. of Units
Unit Price
Total
No. of Units
Billed as of
9/28/2019
Unit Price
Total
No, of Llnits
Unit Price
Total
Inspection Services
Reinforced Concrete inspection (96 hours)
96
$ 75.00
$ 7,200.00
131.50
$ 75,00
$ 9,862.50
151,50
$ 75,00
$ 11.362.50
Foundations: Estimate 6 inspections at 4 hrs.
Resteel: Estimate 5 inspections at 4 hrs.
Slab on Grade: Estimate 4 inspections at 4 hrs.
Slab on Deck: Estimate 4 inspections at 4 hrs.
Misc/Site: Estimate 5 inspections at 4 hrs.
Overtime
7.50
$ 1'12.50
843.75
7.50
5 112.50
$ 843.7.5
Base Plate Grout Inspection (8.0 hours)
8
$ 75.00
$ 600.00
14.50
5 75.00
S 1.087.50
22.50
$ 75,00
$ '1,687.50
Estimate 2 inspections at 4 hrs.
Ultrasonic Testing (20 hours)
20
$ 95.00
$ 1,900.00
8.00
$ 95.00
8 760.00
8.00
$ 95.00
$ 760.00
Estimate 5 inspections at 4 hrs.
Overtime
1.50
$ 142.50
0 213.75
1.50
$ 142.50
$ 213.75
Structural Steel Fabrication Inspection (40 hours)
40
$ 90.00
$ 3,600.00
'182.50
$ 90.00
$ 16,425.00
'162.50
$ 99.00
$ 16,425.00
Estimate 10 inspections at 4 hrs.
Overtime
32.25
$ '135.00
$ 4,353,75
32.25
S 135 00
7 4,353,75
Structural Steel Erection Inspection (200 hours)
200
$ 90.00
$ 18,000.00
166.50
$ 90.00
$ 14,985.00
205.00
$ 90,00
$ 18,450,00
Estimate 5 weeks at 40 hrs per week.
Overtime
8.50
$ 135.00
$ 1,147,50
'11.00
S 135,00
$ 1,485.00
Project Management
30
$ 105.00
$ 3,150.00
19.00
$ 105.00
$ 1,995.00
30.00
$ '105.00
$ 3.150.00
Laboratory Services
Concrete Compressive Strength Cylinder Tests
100
$ 25.00
$ 2 500.00
112.00
$ 25.00
$ 2,800.00
132.00
$ 25.00
$ 3,300.00
Masonry Grout Compressive Strength Test
6
$ 25.00
150.00
15.00
$ 25.00
0 375.00
18.00
5 25.00
$ 450.00
Additional Services Performed as Requested:
Per Diem for Lundahl Ironworks($140/full day for meals & Lodging)
15.00
$ 140.00
$ 2,100.00
15.00
$ 140,00
5 2,100,00
Per Diem for Lundahl Ironworks($40/half day for meals
5.00
$ 40.00
200.00
5.00
$ 40,00
5 200.00
Mileage (.65/m1)
4615.00
8 0.65
$ 2,999.75
4615.00
S 0,65
$ 2,999,75
Asphalt Inspection
5.50
$ 85.00
8 467.50
13.50
$ 85.00
$ 1,147,50
Asphalt Rice Density Test, each
1.00
$ 100.00
'100.00
2.00
$ 100,00
$ 200,00
Geotechnical Engineer (FF/FL)
11.00
$ 150.00
$ 1,650.00
11.00
$ 150.00
$ 1,550.5)0
Geotechnical Field Engineer (FP/FL)
31.50
$ '100.00
$ 3;150.00
31.50
$ 100.00
$ 3,150.0C)
Firestopping
o oo
$ 75.00
$
20.00
$ '75.00
2 500,00
Fireproofing
0 00
$ 75.00
:i)
20.00
$ 75.00
$ 1,500.00
Fireproofing Density Test
0.00
$ 80.00
$
20.00
$ 80.00
2 1.600.00
Lateral Framing
4.90
$ 75.00
300.00
24.00
$ 75,00
$ 1.800.00
Total Contract Budget
$ 37 100.00
Total:
$ 65,816.00
Total New Costs:
$ 80,328.50
Total Over
Original
Budget:
$ (28,716,00)
Total New
Budget
Increase:
$ 43,228.50
EXHIBIT
MAYES TESTING ENGINEERS., INC
'
wmkrracowCOMPANY
October 21.3D1S
Ms. Justine Kim
Shieha[}bkatz Johnsen, Inc
8OOFifth Avenue, Suite 413O
Seattle, WA 98104
Re: Testing and Inspection Services
City ofTukwila Fire Station 52
1544705mAve G.Tukwila, VVA
Mayes Testing Engineers Proposal No. 19642T
Dear Ms. Kim,
Seadeoffice
Av&oedErwa%ymoad
mLiL.1m
nommmfte
10029GTaomavmay
SLibsu
nama,WA98499
PbrfandOffice
nm1wssmo*e
lz� Ap 1oo
ph 5032B1.7515
Mayes Testing Engineers has anexcellent track record ofsuccessful projectswhich means you will
have fewer demands on your time, reduced risk, and the likelihood of completing on or under
budget. The attached cost estimate for the City ofTukwila Fire Station 52project iobaoedon
careful review ofthe plans dated 9/27/2018. No construction schedule iaavailable atthis time.
Once o schedule becomes available it would benefitGhie|a [)b|ebzJohneen. Inc to provide us the
opportunity to review and revise this estimate based on updated schedule information.
The inspection and testing scope ofwork includes:
* Reinforced Concrete
* Lateral Framing
* Bmmep|oteGrout
* Proprietary Anchor
° Masonry
• Structural Steel Fabrication
° Structural Steel Erection
• Ultrasonic Testing
We assume all soils related testing and inspection will be performed by the geotechnical engineer
of record. \8eassume structural steel members will come from olocal Puget Sound mvPortland
area fabrication shop.
K8oxeo Testing Engineers has been performingtesting and inspection services inthe Pacific
Northwest since 1884. You will find wahave the trust and respect ofthe local building department.
We are fully certified and perform all tests in accordance with ASTM and IBC standards. With the
largest staff of WABO registered inspectors in the State, we have ample capacity to staff this
project with multi -licensed inspectors. Washington State Professional Engineers directly supervise
all inspection activities.
Asmnintegral part of the project team, we work with our clients to provide realistic testing and
inspection budgets. Our clients will only beinvoiced for actual work performed.Afour-hour
minimum will apply to all inspections. Time will be charged portal-to-portal from our Tacoma office.
A premium rate of 1.5 times the regular rate will be charged for all work outside of normal working
hours or in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays. Payment is
net 3Odays from date oninvoice. This proposal ievalid for QOdays from the date ofthis letter.
Final costs may vary up or down depending on the contractor's scheduling of the work. All
services will bebilled inaccordance with the attached fee schedule.
EXHIBIT
If you have any questions or if we may be of further assistance, please do not hesitate to call. If
you find this proposal acceptable, please sign andreturnVne copy b»our office. We look forward
to your favorable response.
Respectfully Submitted,
MAYES TESTING ENGINEERS, INC.
7lmothxG. Beckerha P.E.
Principal
Attachments: Cost Estimate
Accepted By: Printed Name:
Title:
EXHIBIT A
Item
City of Tukwila Fire Station 52
Testing and Inspection Services
Mayes Testing Engineers, Inc. Cost Estimate No. 19642T
Estimated No.
of Units
Extended
Unit Price Total
Inspection Services
Reinforced Concrete Inspection
Foundations:
Walls:
Resteel:
Slabs on grade:
Slabs on deck:
Vault lid:
Miscellaneous:
Estimate
Estimate
Estimate
Estimate
Estimate
Estimate
Estimate
10 inspections at
8 inspections at
8 inspections at
5 inspections at
2 inspections at
1 inspection at
4 inspections at
4 hours per inspection
4 hours per inspection
4 hours per inspection
4 hours per inspection
4 hours per inspection
4 hours per inspection
4 hours per inspection
Lateral Framing Inspection (Includes shearwalls, holddowns and
diaphragms)
Light gauge: Estimate 5 inspections at 4 hours per inspection
Baseplate Grout Inspection
Estimate 2 inspections at 4 hours per inspection
Estimate 10 inspections at 4 hours per inspection
Masonry Inspection
Veneer Estimate 5 inspections at
Structural Steel Fabrication Inspection
Estimate 5 inspections at 4 hours per inspection
Structural Steel Erection Inspection
Estimate 15 inspections at 4 hours per inspection
Ultrasonic Testing 40 Hours 95.00 /hr
Estimate 10 inspections at 4 hours per inspection
Project Management (Includes project set up, meetings, report
review, closeout services and misc. consultation)
Proprietary Anchor Inspection
152 Hours 75.00 /hr 11,400.00
Laboratory Services
Concrete Compressive Strength Cylinder Test
Grout Compressive Strength Test
Miscellaneous Services
Cylinder Pick-up
Mileage
Administrative Services (Types reports, mail, postage, etc.)
4 hours per inspection
20 Hours 75.00 /hr
8 Hours 75.00 /hr
40 Hours 75.00 /hr
75.00 /hr
90.00 /hr
90.00 /hr
20 Hours
20 Hours
60 Hours
150 Each
12 Each
1,500.00
600.00
3,000.00
1,500.00
1,800.00
5,400.00
3,800.00
20 Hours 105.00 /hr 2,100.00
25.00 ea 3,750.00
25.00 ea 300.00
No Charge
No Charge
No Charge
Total Estimated Costs: $35,150.00
A four-hour minimum charge per call applies to all inspections. A premium rate of 1.5 times the regular will be charged
for all work outside of normal working hours in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays.
Payment is net 30 days. This estimate is valid for 90 days.
MA YES TESTING ENGINEERS, INC.
EXHIBIT A
MAYES TESTING ENGINEERS, /NC
P2 Fee Schedule
INSPECTION SERVICES
Concrete Inspection (includes Reinforcing Steel, Concrete Placement, Ohobcmaha
Augercast Grout, Grout,
Post Tension Concrete Inspection (includes placement and stressing)
Proprietary Anchor Inspection (includes Epoxy Grouted and Expansion Anchors)
Masonry Inspection (Includes cmuand brick veneer)
Lateral Framing Inspection (includes wood and light gauge)
Seismic Resistance 8ymbnmn Inspection
Fireproofing Inspection
|nturneacentPaint Inspection
Soils Technician (includes nuclear denaonxebyM
Asphalt Technician (includes nuclear d*nou/neker)
Asphalt orConcrete Coring Technician
Laboratory Technician
Lead Inspector
Structural Steel/Welding Inspection (includes bolting)
Non'DestructiweTemting
Dye Penetrant Testing
K8agnadn Particle Testing
Ultrasonic Testing
75.00/hour
75.00/hour
75.OU/hour
75.00/hour
75.O0/hour
75.OD/hour
75.UU/hour
85.0O/hour
85.O0/hour
85.DO/hour
85.DO/hour
85.00/hour
9O.DO/hour
S0.00/hour
S5.00/hour
BS.00/hour
S5.00/hour
LABORATORY SERVICES
Concrete Testing
Air Dry Unit Weight Test
Concrete Absorption, Unit Weight and Moisture Content Test
Concrete, Augercast Grout or Nonshrink Compressive Strength Cylinder Test (includes
curing, breaking and report)
Concrete Compressive High Strength Cylinder Test (over Y88O0psi)
Concrete Core Compressive Strength Test (includes bn, �iand testing)
Concrete Flexural Strength Beam Test
Concrete Shrinkage Test (48TMC/57-set of3)
Length ofConcrete Core Test (43T7NCY74)
K8\x Design 1 Point Verification & 3 Point Water Cement Curve
Modulus of Elasticity Test
8hotunabaPanel Test (includes 4cores)
Voids and Density ofHardened Concrete Test (43TMCO42)
Masonry Testing
Brick Absorption Test (24hour soak)
Brick Absorption Test /5hour boil)
Brick orMasonry Efflorescence Test (set of5)
Brick orConcrete Paver Compression Test
Masonry Absorption, Unit Wt. And Moisture Content Test
Masonry Unit Compression Test
Masonry Drying Shrinkage Test (set of3)
Masonry Grout orMortar Compressive Gb*ngthTest
Masonry Prism Test (grouted orung/oub*c)
Retaining VVaU Unit Absorption Test
Retaining Wall Unit Compression Test
Asphalt Testing
Asphalt Marshall Mix Design Test (5poinb)
Asphalt Core Density Test
Asphalt Ignition & Gradation Test
Asphalt Marshall Set Test (flow, stability, voids)
Asphalt Oil Content Test
Asphalt Rice Density Test
Asphalt Stripping Test
Asphalt 8uperpomaSet Test (KMA'VFAand VA)
40.00aooh
45.00 each
25.00each
30.00ooch
OG.00eanh
5U.00aooh
3OU.O0aaoh
3O.00amch
quoted onrequest
1O8.00each
100.00oaoh
75.0Oeanh
45.00aach
7O.00eouh
85.00eaoh
45.OUeanh
45.DOeach
55.DO000h
3OO.0Oeaoh
25.00amch
11O.OUeach
45.00aanh
110.00each
3500.00eauh
35.03each
25O.0Oeach
44U.UDeenh
8O.ODeoch
1D8.00eonh
30.00aooh
55O.ODaoch
EXHIBIT A
MAYES TESTING ENGINEERS, INC
P2 Fee Schedule
LABORATORY SERVICES
Soils and Aggregate Testing
AfterbergLimits Tests
Liquid Limit Only Test
Plastic Limit Only Test
California Bearing Ratio Test (CBR- with proctor)
Clay Lumps and Friable Particles Test
Degradation Test
Flat and Elongated Particles Test
Fractured Face Count Test
LAAbrasion Test
Lightweight Pieces inAggregate Test (coal and lignite)
Organic Impurities Test
Organic Matter Analysis (loss onignition byweight)
R4a/ueTeot
Sand Equivalent Test
Sieve Analysis Test (includes wash over #2OO)
Sieve Analysis Test (percentage passing #3OOonly)
Sodium Sulfate Soundness Test
Soil Hydrometer Analysis Test (includes particles finer than #20{)
Soil Moisture Content Test /nobxa0
Soil Moisture Density Relationship Test (pnochor)
Soil Relative Density Test
Soil Specific Gravity Test
Specific Gravities Coarse Aggregate Test
Specific Gravities Fine Aggregate Test
Unit Weight Test
VVG[)CJTT8OO Teat
Miscellaneous Testing
Fiber -Reinforced Polymer Tensile Test (set of5)
Fireproofing Density Test
Machining Tensile Test
N1acnoetchTest (evaluation only orsample preparation)
Moisture Emission Test Kits
Reinforcing Steel #1D-#18Tensile Test
Reinforcing Steel #3 -#QTenai|eTeot
Splitting Tensile Test
Stressing Strand Tensile Test (breaking strength only)
Tensile Test onCoupon Assembly (with slippage #3-#Q)
Tensile Test onCoupon Assembly (with slippage #YD-#Y6V
Universal Test Machine &Operator
Weld Fracture Test
ENGINEERING SERVICES
NDE Level III Consultation
Principal Engineer
Staff Engineer PachmnvebenlGFR,Floor Flatness, Fiber -Reinforced Polymer
Inspection, Impact Echo, Load Testing & Concrete Moisture Testing)
Engineering Technician
Project Manager
12OUDeaoh
75.00emoh
55.00eooh
O5O.00eoch
SO.O0eaoh
135.DOeech
8O.00aaoh
75.00eauh
15O.00emoh
8D.00eoch
45.00aaoh
6D.00eonh
325.00eauh
6D.00eooh
225.00eoch
1OD.UOeooh
275.00eeoh
25D.UOeoch
3U.00each
225.O0eooh
225.00eoch
85.00eooh
55.00eooh
85.00eaoh
45.00eooh
55U.00each
75D.00egoh
8O.00maoh
Cost+ 15%
5O.00eooh
3O.00eaoh
1OO.00eoch
75.00eooh
8O.O0eooh
8O.00each
8O.DDeaoh
1O5.00eooh
135.00/hour
8O.00each
175.80/hour
175.00/hour
140.00/hour
105.00/hour
105.00/hour
OTHER
Mileage only outside our regular service area)
Subsistence (lower 48ababax)
Reimbursable Expenses (commercial travel, rentals, cnnaurnmbAeo ebnj
8uboonau|tonha
0.G5Amile
Federal GSA Rate
Coot+ 15%
Coet+ 15%
*A four hour minimum charge applies to all inspections. Overtime rate ofY.5times the regular rate applies to all work
performed outside ufnormal working hours, weekends and holidays.
MAYES TESTING EkeAEA INC,
General Conditions
AWMWMmommmummmmommo,,,,,,: ,
AlkfraGNICOMPANY
These General Conditions apply to the Services to be provided by Mayes Testing Engineers, Inc. ("Consultant") for Shiels Obletz Johnsen, Inc
("Client") on the City of Tukwila Fire Station 52 project (Project"), as described in Consultant's proposal above ("Proposal"). By its signature above,
Client acknowledges and accepts these General Conditions as governing the Services and the relationship of the parties for this Project. The Proposal
and General Conditions may collectively be referred to as the "Agreement".
1. Scope of Services. The scope of Consultant's services is described in the Proposal (Services"). Portions of the Services may be
subcontracted. Consultant's Services do not include the investigation or detection of, nor do recommendations in Consultant's reports address the
presence or prevention of biological pollutants (e.g., mold, fungi, bacteria, viruses, or their byproducts) or occupant safety issues, such as
vulnerability to natural disasters, terrorism, or violence. If Services include purchase of software, Client will execute a separate software license
agreement. Consultant's findings, opinions, and recommendations are based solely upon data and information obtained by and furnished to
Consultant at the time of the Services.
2. Acceptance/ Termination. Client agrees that execution of this Agreement is a material element of the consideration Consultant requires to
execute the Services, and if Services are initiated by Consultant prior to execution of this Agreement as an accommodation for Client at Client's
request, both parties shall consider that commencement of Services constitutes formal acceptance of all terms and conditions of this Agreement.
Additional terms and conditions may be added or changed only by written amendment to this Agreement signed by both parties. In the event Client
uses a purchase order or other form to administer the Agreement, the use of such form shall be for convenience purposes only and any additional
or conflicting terms it contains are stricken. This Agreement shall not be assigned by either party without prior written consent of the other party.
Either party may terminate this Agreement or the Services upon written notice to the other. In such case, Consultant shall be paid costs incurred
and fees earned to the date of termination plus reasonable costs of closing the Project.
3. Change Orders. Client may request changes to the scope of Services by altering or adding to the Services to be performed. If Client so
requests, Consultant will return to Client a statement (or supplemental proposal) of the change setting forth an adjustment to the Services and fees
for the requested changes. Following Client's review, Client shall provide written acceptance. If Client does not follow these procedures, but instead
directs, authorizes, or permits Consultant to perform changed or additional work, the Services are changed accordingly and Consultant will be paid
for this work according to the fees stated or its current fee schedule. If project conditions change materially from those observed at the site or
described to Consultant at the time of proposal, Consultant is entitled to a change order equitably adjusting its Services and fee.
4. Compensation and Terms of Payment. Client shall pay compensation for the Services performed at the fees stated in the Proposal. If not
stated in the Proposal, fees will be according to Consultant's current fee schedule. Fee schedules are valid for the calendar year in which they are
issued. Fees do not include sales tax. Client will pay applicable sales tax as required by law. Consultant may invoice Client at least monthly and
payment is due upon receipt of invoice. Client shall not hold retainage on any invoice. Client understands that no final letter of compliance will be
issued to the building department for the Project until all outstanding invoices have been paid. Client shall notify Consultant in writing, at the
address below, within 15 days of the date of the invoice if Client objects to any portion of the charges on the invoice, and shall promptly pay the
undisputed portion. Client shall pay a finance fee of 1.5% per month, but not exceeding the maximum rate allowed by law, for all unpaid amounts
30 days or older. Client agrees to pay all collection -related costs that Consultant incurs, including attorney fees. Consultant may suspend Services
for lack of timely payment. It is the responsibility of Client to determine whether federal, state, or local prevailing wage requirements apply and to
notify Consultant if prevailing wages apply. If it is later determined that prevailing wages apply, and Consultant was not previously notified by
Client, Client agrees to pay the prevailing wage from that point forward, as well as a retroactive payment adjustment to bring previously paid
amounts in line with prevailing wages. Client also agrees to defend, indemnify, and hold harmless Consultant from any alleged violations made by
any governmental agency regulating prevailing wage activity for failing to pay prevailing wages, including the payment of any fines or penalties.
5. Third Party Reliance. This Agreement and the Services provided are for Consultant and Client's sole benefit and exclusive use with no third
party beneficiaries intended. Reliance upon the Services and any work product is limited to Client, and is not intended for third parties other than
those who have executed Consultant's reliance agreement, subject to the prior approval of Consultant and Client.
6. LIMITATION OF LIABILITY. CLIENT AND CONSULTANT HAVE EVALUATED THE RISKS AND REWARDS ASSOCIATED WITH THIS
PROJECT, INCLUDING CONSULTANTS FEE RELATIVE TO THE RISKS ASSUMED, AND AGREE TO ALLOCATE CERTAIN OF THE
ASSOCIATED RISKS. TO THE FULLEST EXTENT PERMITTED BY LAW, THE TOTAL AGGREGATE LIABILITY OF CONSULTANT (AND ITS
RELATED CORPORATIONS AND EMPLOYEES) TO CLIENT AND THIRD PARTIES GRANTED RELIANCE IS LIMITED TO THE GREATER
OF $50,000 OR CONSULTANTS FEE, FOR ANY AND ALL INJURIES, DAMAGES, CLAIMS, LOSSES, OR EXPENSES (INCLUDING
ATTORNEY AND EXPERT FEES) ARISING OUT OF CONSULTANT'S SERVICES OR THIS AGREEMENT. PRIOR TO ACCEPTANCE OF
THIS AGREEMENT AND UPON WRITTEN REQUEST FROM CLIENT, CONSULTANT MAY NEGOTIATE A HIGHER LIMITATION FOR
ADDITIONAL CONSIDERATION IN THE FORM OF A SURCHARGE TO BE ADDED TO THE AMOUNT STATED IN THE COMPENSATION
SECTION OF THE PROPOSAL. THIS LIMITATION SHALL APPLY REGARDLESS OF AVAILABLE PROFESSIONAL LIABILITY INSURANCE
COVERAGE, CAUSE(S), OR THE THEORY OF LIABILITY, INCLUDING NEGLIGENCE, INDEMNITY, OR OTHER RECOVERY. THIS
LIMITATION SHALL NOT APPLY TO THE EXTENT THE DAMAGE IS PAID UNDER CONSULTANT'S COMMERCIAL GENERAL LIABILITY
POLICY.
7. Indemnity/Statute of Limitations. Consultant and Client shall indemnify and hold harmless the other and their respective employees from
and against legal liability for claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are legally
determined to be caused by their negligent acts, errors, or omissions. In the event such claims, losses, damages, or expenses are legally
determined to be caused by the joint or concurrent negligence of Consultant and Client, they shall be borne by each party in proportion to its own
negligence under comparative fault principles. Neither party shall have a duty to defend the other party, and no duty to defend is hereby created
by this indemnity provision and such duty is explicitly waived under this Agreement. Causes of action arising out of Consultant's Services or this
Agreement regardless of cause(s) or the theory of liability, including negligence, indemnity or other recovery shall be deemed to have accrued and
the applicable statute of limitations shall commence to run not later than the date of Consultant's substantial completion of Services on the project.
8. Warranty. Consultant will perform the Services in a manner consistent with that level of care and skill ordinarily exercised by members of the
profession currently practicing under similar conditions in the same locale. EXCEPT FOR THE STANDARD OF CARE PREVIOUSLY STATED,
CONSULTANT MAKES NO WARRANTIES OR GUARANTEES, EXPRESS OR IMPLIED, RELATING TO CONSULTANTS SERVICES AND
CONSULTANT DISCLAIMS ANY IMPLIED WARRANTIES OR WARRANTIES IMPOSED BY LAW, INCLUDING WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.
9. Insurance. Consultant represents that it now carries, and will continue to carry: (i) workers' compensation insurance in accordance with the laws
of the states having jurisdiction over Consultant's employees who are engaged in the Services, and employer's liability insurance ($1,000,000); (ii)
commercial general liability insurance ($1,000,000 occ / $2,000,000 agg); (iii) automobile liability insurance ($1,000,000 B.I. and P.D. combined
single limit); and (iv) professional liability insurance ($1,000,000 claim / agg). Certificates of insurance will be provided upon request. Client and
Consultant shall waive subrogation against the other party on all general liability and property coverage.
10. CONSEQUENTIAL DAMAGES. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR LOSS OF PROFITS OR REVENUE; LOSS OF
USE OR OPPORTUNITY; LOSS OF GOOD WILL; COST OF SUBSTITUTE FACILITIES, GOODS, OR SERVICES; COST OF CAPITAL; OR
FOR ANY SPECIAL, CONSEQUENTIAL, INDIRECT, PUNITIVE, OR EXEMPLARY DAMAGES.
EXHIBIT A
11. Dispute Resolution. Client shall not be entitled to assert a Claim against Consultant based on any theory of professional negligence unless and
until Client has obtained the written opinion from a registered, independent, and reputable engineer, architect, or geologist that Consultant has
violated the standard of care applicable to Consultant's performance of the Services. Client shall provide this opinion to Consultant and the parties
shall endeavor to resolve the dispute within 30 days, after which Client may pursue its remedies at law. This Agreement shall be governed by and
construed according to Washington law.
12. Subsurface Explorations. Subsurface conditions throughout the site may vary from those depicted on logs of discrete borings, test pits, or
other exploratory services. Client understands Consultant's layout of boring and test locations is approximate and that Consultant may deviate a
reasonable distance from those locations. Consultant will take reasonable precautions to reduce damage to the site when performing Services;
however, Client accepts that invasive services such as drilling or sampling may damage or alter the site. Site restoration is not provided unless
specifically included in the Services.
13. Testing and Observations. Client understands that testing and observation are discrete sampling procedures, and that such procedures
indicate conditions only at the depths, locations, and times the procedures were performed. Consultant will provide test results and opinions based
on tests and field observations only for the work tested. Client understands that testing and observation are not continuous or exhaustive, and are
conducted to reduce - not eliminate - project risk. Client shall cause all tests and inspections of the site, materials, and Services performed by
Consultant to be timely and properly scheduled in order for the Services to be performed in accordance with the plans, specifications, contract
documents, and Consultant's recommendations. No claims for loss or damage or injury shall be brought against Consultant by Client or any third
party unless all tests and inspections have been so performed and Consultant's recommendations have been followed. Unless otherwise stated in
the Proposal, Client assumes sole responsibility for determining whether the quantity and the nature of Services ordered by Client is adequate and
sufficient for Client's intended purpose. Client is responsible (even if delegated to contractor) for requesting services, and notifying and scheduling
Consultant so Consultant can perform these Services. Consultant is not responsible for damages caused by Services not performed due to a failure
to request or schedule Consultant's Services. Consultant shall not be responsible for the quality and completeness of Client's contractor's work or
their adherence to the project documents, and Consultant's performance of testing and observation services shall not relieve Client's contractor in
any way from its responsibility for defects discovered in its work, or create a warranty or guarantee. Consultant will not supervise or direct the work
performed by Client's contractor or its subcontractors and is not responsible for their means and methods. The extension of unit prices with
quantities to establish a total estimated cost does not guarantee a maximum cost to complete the Services. The quantities, when given, are
estimates based on contract documents and schedules made available at the time of the Proposal. Since schedule, performance, production, and
charges are directed and/or controlled by others, any quantity extensions must be considered as estimated and not a guarantee of maximum cost.
14. Sample Disposition, Affected Materials, and Indemnity. Samples are consumed in testing or disposed of upon completion of the
testing procedures (unless stated otherwise in the Services). Client shall furnish or cause to be furnished to Consultant all documents and
information known or available to Client that relate to the identity, location, quantity, nature, or characteristic of any hazardous waste, toxic,
radioactive, or contaminated materials ("Affected Materials") at or near the site, and shall immediately transmit new, updated, or revised information
as it becomes available. Client agrees that Consultant is not responsible for the disposition of Affected Materials unless specifically provided in the
Services, and that Client is responsible for directing such disposition. In no event shall Consultant be required to sign a hazardous waste manifest
or take title to any Affected Materials. Client shall have the obligation to make all spill or release notifications to appropriate govemmental agencies.
The Client agrees that Consultant neither created nor contributed to the creation or existence of any Affected Materials conditions at the site and
Consultant shall not be responsible for any claims, losses, or damages allegedly arising out of Consultant's performance of Services hereunder, or for any
claims against Consultant as a generator, disposer, or arranger of Affected Materials under federal, state, or local law or ordinance.
15. Ownership of Documents. Work product, such as reports, logs, data, notes, or calculations, prepared by Consultant shall remain Consultant's
property. Proprietary concepts, systems, and ideas developed during performance of the Services shall remain the sole property of Consultant.
Files shall be maintained in general accordance with Consultant's document retention policies and practices.
16. Utilities. Client shall provide the location and/or an-ange for the marking of private utilities and subterranean structures. Consultant shall take
reasonable precautions to avoid damage or injury to subterranean structures or utilities. Consultant shall not be responsible for damage to
subterranean structures or utilities that are not called to Consultant's attention, are not correctly marked, including by a utility locate service, or are
incorrectly shown on the plans fumished to Consultant.
17. Site Access and Safety. Client shall secure all necessary site related approvals, permits, licenses, and consents necessary to commence and
complete the Services and will execute any necessary site access agreement. Consultant will be responsible for supervision and site safety
measures for its own employees, but shall not be responsible for the supervision or health and safety precautions for any other parties, including
Client, Client's contractors, subcontractors, or other parties present at the site.
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 19-027
Council Approval 2/14/19
CONSULTANT AGREEMENT FOR
CONSTRUCTION TESTING AND INSPECTION SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and Mayes Testing Engineers, Inc., hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform construction testing
and inspection services in connection with the projects titled Tukwila Safety Plan — Fire
Station 51 and Justice Center.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending at the end December 2020.
unless sooner terminated under the provisions hereinafter specified. Work under this
Agreement shall commence upon written notice by the City to the Consultant to proceed.
The Consultant shall perform all services and provide all work product required pursuant to
this Agreement no later than December 31, 2020, unless an extension of such time is
granted in writing by the City.
Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"A" within the proposal attached hereto, provided that the total amount of payment to the
Consultant shall be on a time and materials basis, not to exceed $19,975 for the Fire
Station 51 project and $37,100 for the Justice Center project, including all
miscellaneous Services. The contract amount will not be changed without express
written modification of the Agreement signed by the City. The total contract amount will
be $57,075, excluding Washington State Sales Tax.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be
made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will
be made promptly upon its ascertainment and verification by the City after the
completion of the work under this Agreement and its acceptance by the City.
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 City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
1 ✓(,//,%~ LS
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 City 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
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The 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 rendered under this Agreement.
7 Indemnification. The Consultant shall indemnify and hold the City, its officers, officials,
employees and agents harmless from any and all claims, injuries, damages, losses or suits
including reasonable attorney fees, to the extent arising out of or resulting from the negligent
acts, errors or omissions of the Consultant in performance of this Agreement, except for
injuries and damages caused by the sole negligence of the City.
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, and volunteers, the Consultant's
liability 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. 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, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover 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 with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. 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.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised : 1-2013
Page 2
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain or be endorsed to contain that they
shall be primary insurance with respect to 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 be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. 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
Consultant before commencement of the work. Certificates of coverage and
endorsements as required by this section shall be delivered to the City within fifteen (15)
days of execution of this Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City 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
the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
CA revised : 1-2013
Page 3
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City 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 City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Mayes Testing Engineers, Inc.
Attn: Timothy G. Beckerie
20225 Cedar Valley Road
Suite 110
Lynnwood, WA 98036
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised : 1-2013
Page 4
DATED this ter day of , 20 (1
CITY OF TUKWILA
Allan Ekberg, Mayor
Attest/Authenticated:
ity Clerk, rist y O'Flaherty
CONSULTANT
By:
Printed Name:
Title:
r/n
Approved as to Form:
Offte of the it ` ttor- ey
CA revised : 1-2013
Page 5
t) tiIUI I A
MAYES TESTING ENGINEERS, INC.
A lferr COMPANY
December 6, 2018
Ms. Paige Premselaar
Shiels Obletz Johnsen Inc.
paigem@sojsea.com
Re: Request for Proposal - Construction Testing and Inspection Services
City of Tukwila Public Safety Plan Projects
Including but not limited to: Fire Station 51 and 52 Project and Justice Center
Mayes Testing Engineers Proposal No. 18549T
Seattle once
20225 Cedar Wiley toad
Su1e110
LyrrMood, WA98036
ph425.7429360
fax 425.745.1737
Tacoma Office
10029 S. Taxrna Way
Suite E-2
Taarra, WA98499
ph 253.584.3720
fax 253.5E4.3707
Portland Office
7911 NE 33rd Drive
Suite 193
Portland, OR 97211
ph 503281.7515
fax 503.281.7579
Dear Ms. Premselaar
We are pleased to submit our qualifications and estimates for the City of Tukwila Public Safety
Plan Projects — Fire Station 51 and 52 and the Justice Center. Our firm is known for the
experience of our inspectors, our active participation with project teams, and our materials
engineering expertise. Please find attached our qualifications and estimates.
The point of contact for this RFQ will be:
Paul D. Davis, P.E., Office Manager
10029 S. Tacoma Way, Suite E-2 I Tacoma, WA 98499
D (253) 573 9939 I F (253) 573 9959 I M (253) 327 3410
pauLdavis;e,terracon.com
We have experience working with members of the project teams including Weinstein A+U,
Swenson Say Faget, Lydig Construction, DLR Group, KPFF and BNBuilders. Projects with
Weinstein A+U include 2220 East Union, 1012 First Avenue Renovation, and State Hotel
Renovation. Projects with Swenson Say Faget include Ballard Park, YWCA Family Village at
Issaquah and UW Hall Health Primary Care Center. Lydig projects include Seattle SD Wilson
Pacific Middle School, Seattle SD Pinehurst School and GSA Building 7 Structural Renovation.
DLR Group projects include Boeing NBF Customer Delivery Center, U Place Phase 1 Building
and Beaverton SD Kaiser K5. KPFF projects include SeaTac Airport International Arrivals
Facility, Expedia Headquarters Seattle and Third and Lenora Tower. BNBuilders projects
include 1818 Fairview Avenue East Life Sciences Building, SEA113 BE Meyers and MultiCare
Allenmore Behavioral Health.
We can provide a sample certificate of insurance upon request.
If you have any questions or if we may be of further
assistance, please do not hesitate to call. Thank you for
your consideration.
Respectfully Submitted,
MAYES TESTING ENGINEERS, INC.
Timothy G. Beckerle, P.E.
Principal
Firm Qualifications: Firm Profile,
Organizational Structure & Staff
Certifications
Project Experience
Proposed Personnel
Fee Proposal: Estimates & Fee
Schedule
Exceptions Memo
uW
Ualffications: Fir *moffle
Corporate Headquarters
18001 VK 106th 3t. 8ba3OO
Olathe, Kansas 00001
14O+Branch Offices Nationwide
4000+Ennp|oyees
ENR Top 50 Design Firm
Mayes Testing Engineers
Mission Statement
"We create loyal clients by
providing thenwith professional
solutions that uband^
Mayes Testing Engineers stands behind
our clients by providing professional solu-
tions, which include quality inspection,
testing and materials engineering nep
vioes, that contribute to safe, economical
and enduring structures,
Mayes Testing Engineers stands behind
our employees hyoffering personal
growth, continuous training and ereward-
ing oamorpathinepmhosaiona|envimn'
Mayes Testing Engineers stands for a
healthy, growing, profitable company that
rewards its employees and supports the
community.
KNAYES TESTING ENGINEERS PROVIDES
PROFESSIONAL SOLUTIONS THAT STAND.
Mayes Testing Engineers was founded in 1884 and has offices
in Lynnwood, Tacoma and Portland with ocombined staff of
over 12Uemployees. |nAugust 2O16.Mayes joined Terrmcon
which not only brings additional local Staff to our team, but
provides resources ofanational company with over 4U0O
employees. Quality service and client satisfaction have helped
Mayes Testing Engineers become one nfthe largest and best-
known providersofconntructinnqua|ityasnuranonserviconin
the Pacific Northwest.
Our services indude�
Special Inspections
Construction Materials Testing
Condition Surveys
Nondestructive Testing
Materials Engineering and Consulting
Seismic Welding (Jun|itvAssunanceKQua|ity
Control Plans
�
Our commitment toexcellence includes hiring and retaining
the most qualified staff in the industry. Among our manage-
ment staff, including ten Professional Engineera, are some of
the most experienced materials experts inthe Pacific Nnrth'
west. They provide valuable support to the projectbaann.Our
project management structure isdesigned toensure clients re-
ceive exceUen1cornnnuniradnn.technica|supportandeffnotive
cost control for large and srna|| projects from start to finish.
Mayes Testing Engineers continues todevelop new and im-
proved servicenfnrourdients.VVestrivatoprovide the most
cornpetont, knowledgeable inspectors in the field. Our Training
Program provides numerous lab and field opportunities tohelp
all employees further their skills within the company.
Mayes Testing Engineers isproud nfthe client relationships
we have built. Our client list includes-,
°
�
State of Washington
Port ofSeattle
University of Washington
Microsoft
Boeing
Amazon
Portland State University
City ofTacoma
State of Alaska
Kemper Development
Many schools and hospitals
MAYES TESTING ENGINEERS, INC.
^~` '
A COMPANY
C a ;cations: anizationalStructure
Mayes Testing Engineers, Inc. has fully accredited laboratories
in Washington and Oregon. The firm's principals are full-time
Registered Professional Engineers. Project Managers and
Inspection Managers have more than 15 years of experience
in testing, inspection, and consulting. The firm has materials
engineers in welding, concrete, soils, masonry, asphalt, fiber
reinforced polymer, and nondestructive testing. To insure high
quality and consistent performance, the Quality Control Man-
ager performs periodic audits on all inspectors and laboratory
personnel. Afundamental element of Mayes Testing Engi-
neers' structure is easy access to principals and managers by
field personnel and clients.
FIRM NAME: Mayes Testing Engineers, Inc. a Terracon
Company
WEBSITE: www.mayestesting.com
FOUNDED: 1984 as Boss Testing, Inc., 1991 as Boss &
Mayes Testing Engineers, Inc., 1996 as Mayes Testing Engi-
neers, Inc., 2016 merged with Terracon Consultants, Inc.
FEDERAL ID: 81-3376917
DUNS: 782464481
WA UBI: 602-362-795
OWNERSHIP STRUCTURE: Terracon is 100 percent employee -
owned. No single employee owns more than five percent of over-
all company shares. The single largest shareholder is a Terracon
employee ESOP program.
MAYES TESTING ENGINEERS, INC.
ORGANIZATIONAL CHART
Mathee, Mayes. PE.
President -
FIRM LOCATIONS
Seattle Office
20225 Cedar Valley Road
Suite 110
Lynnwood, WA 98036
Ph: 425.742.9360
Fax: 425.745.1737
mdolder@mayestesting.com
Portland Office
7911 NE 33rd Drive
Suite 190
Portland, OR 97211-1960
Phone: 503.281.7515
Fax: 503.281.7579
trevor.tickner@terracon.com
Tacoma Office
10029 S Tacoma Way
Suite E2
Tacoma WA 98499
Phone: 253.584.3720
Fax: 253.584.3707
paul.davis@terracon.com
der -lode! Hempel
Marketing
Ghent Seances
Manager
Adoerp
Marketin
g
Staff
1
ei DM,ier. F.EEntepai
Staff
Technicians
Manage
revor T
i %ort am
PAa�
PE;
Chuck Schneider
!. acrr.rytor y Manager'
Porttnnd Senior
Paul Davis. PE
Tacoma Branch
Mauer er
Mark Gordon
ay Manger
Taco
iserguis Aitanucers K hr
Portala!,d
Inspectors
aC O:na
Inspectors
y 8eckere. P E.
Principal
Trip Edgerton
Business
Development
MAYES TESTING ENGINEERS, INC.
A , an,coma*
Firm Qualifications: Staff Certifications
MAYES TESTING ENGINEERS, INC.
A irV3-.Q,--On COMPANY
CONCRETE STEE
SIC 1
SI
ISCELLANEOUS
EMPLOYEE
Brett Adam
Joe L. Allen
Edward Bauman
Tim Beckerle
Bruce Berger
Dave Bernier
Andrew Bontrager
Shannon Burgess
Tom Cain
Ahmed Alnazary
Tom Callea
Danielle Candelaria
Raymond Carter
Stuart Carter
John Chebul
Steve Collins
Ilir Dardania
Paul Davis
Heath Defoor
Lloyd Detterich
John Dizon
Keith Dohrman
Randy Dohrman
Mike Dolder
Trip Edgerton
Beorn Edmonds
Bob Gardner
Mark Gordon
Kevin Graham
Ryan Green
Brad Gross
Biniyam Hailemariam
Carl Harrington
Jeffery Helton
Kevin Hill
Aaron Hisel-Ritz
Matt Howey
Brody Humphrey
lan Janeczko
Kelly Johnson
ACI Grade 1
WABO - Batch/Placement
ICC - Concre
WABO - Reinforced Concrete
ICC - Prestressed Concrete
WABO - Prestressed
m
Ln
c
0
ICC- Structural Steel
Ultrasonic Level II
Magnetic Particle Level I/II
Penetrant Level I/II
ICC - Fireproofing
WABO - Fireproofing
WABO - Fire Resistant Pen
WABO Shotcrete
ICC -Structural Masonry
WABO - Structural Masonry
Asphalt Testing
Soils Compaction
NICET Certificate
Soil Bearing Capacity
WABO - Lateral Wood
Proprietary Anchors Class
•
WABO - Proprietary Anchors
Firm Qualifications: Staff Certifications
MAYES TESTING ENGINEERS, INC
A 'zz=:"r'n-rz, COMPANY
CONCRETE',:
STEEL FiP
isle
CELL.ANEOUS
EMPLOYEE
Jesse Kane
Jim Kay
Jacob Keas
Alex Keyzers
Samuel Larson
Joseph Long
Nicholas Leede
Anas Mandi
Zachary Mamlock
Marco Martinez
Mike Mattox
Mike Mayes
Joel Morder
D. Bruce Morgan
Lonny Morrison
Samuel Owens
Karl Pauly
Chris Putnam
Zen Revilla
Carl Reynolds
Patrick Rice
Dennis Sanborn
David Schmutzler
Keenan Schulz
Ed Smith
Kyle Smith
Charles Solway
Skip Szurek
Carl Tacker
Erik Tichenor
Barry Tuttle
Earl Uy
Jeffrey VanBlaricom
Aaron VanderPol
Mark Vassallo
Wally Wagner
Jeffrey Ward
Craig Williams
Todd Wirtz
ACI Grade 1
WABO - Batch/Placement
ICC - Concrete
WABO - Reinforced Concrete
ICC - Prestressed Concrete
WABO - Prestressed
w
C
0
U
ICC- Structural Steel
WABO - Structural
U_
N
a
Ultrasonic Level II
Magnetic Particle Level I/II
-J
v
Q.
ICC - Fireproofing
WABO - Fireproofing
WABO - Fire Resistant Penetr
WABO Shotcrete
tural Masonry
U
U
WABO - Structural Masonry
Asphalt Testing
Soils Compaction
NICET Certificate
WABO- Cold -Formed Steel
81
c
E
LL
Soil Bearing Capacity
WABO - Lateral Wood
Proprietary Anchors Class
WABO - Proprietary Anchors
SNOHOMISHCOUP!
COURTHOUSE RENOVATION
Everett, WA
REFERENCES:
Owner: Snohomish County — Jeff Hencz (206) 499-0747
DATE: 2018 — Present
FEES: $313,442
DESCRIPTION: This $72 million project consists of a five level
(plus partial basement) structural steel addition totaling 30,214
gross square feet as Phase I. Phase II will consist of the
renovation of approximately 47,229 gross square feet of the
existing Courthouse which will remain operational during the
renovation.
PORT OF TACOMA-PIEFt. 4 PHASE 2 REcoH F
Tacoma. WA
DATE: Sep 2016 — Apr 2018
FEES: $209,294
DESCRIPTION: This $83 million project is part of a $250 million
terminal improvement project to strengthen and realign the
existing berth to handle new cranes capable of serving ultra
large container ships. Scope of work involves demolition, wharf
construction, dredging, and construction of a two-story structural
steel framed marine building.
REFERENCES:
Owner: Port of Tacoma — Mike Kisak (253) 383-5841
POS SNAG AIRPCIRT INTERNATIONAL ARRIVALS FACILITY
SeaTac, WA
DATE: Sep 2017 — Present
FEES: $925,870
DESCRIPTION: This $766 million project is a new expanded
arrivals facility at SeaTac Airport. The facility includes a multi-
level, 450,000 square -foot building located east of the current
Concourse A. An iconic aerial walkway spans 900 feet across
and 85 feet above the existing taxi lane and connects arriving
international passengers from the South Satellite across the top of Concourse A to the new
facility.
REFERENCES:
Owner: Port Construction Services — Sara Mitchell (206) 604-7390
MAYES TESTING ENGINEERS, INC.
Project Experience
SEATT E OPERA AT T IE CENTER
Seattle, WA
DATE: Jun 2017 — Present
FEES: $163,188
DESCRIPTION: This $60 million project consists of a four-story,
105,000-square-foot facility on the site of the vacant Mercer
Arena at Seattle Center. The public will be able to watch
rehearsals, see sets assembled and attend community and
educational events. A big window along Mercer Street will give
passersby a view into the rehearsal and community spaces.
REFERENCES:
Owner Rep: Shiels Obletz Johnsen, Inc — Mike Tihista (206) 396-9059
WASHINGTON STATE CONVENTION CENTER
Seattle, WA
DATE: Aug 2018 — Present
FEES: $2,242,990
DESCRIPTION: This $1.6 billion project consists 1.5-million
square foot addition to the convention center. The schedule will
be very fast paced. The buildings are supported on concrete mat
footings, large trusses, brace frames and seismic demand critical
welding. The concrete floor quality will be critical. The facility
incorporates 1,250,000 square feet of convention space and
250,000 square feet of parking and retail in an innovative program including stacked exhibit
halls — located both above and below grade — two stacked meeting room levels and an industry
leading 60,000 square foot ballroom. The project also includes two adjacent blocks of mixed -
use co -development towers to the north, planned as a 542,000 square foot office tower and a
404-unit residential tower. Both rise over street -level podiums with retail opportunities and sit
above the convention center's below -grade loading docks.
REFERENCES:
Owner: Pine Street Group, LLC — Sam Russell (206) 340-9897
t CO P T R E& SCIENCEN IN ERIN�G EXPANSION
t
Seattle, WA
DATE: Jan 2017 — Present
FEES: $156,910
DESCRIPTION: This $110 million project consists of a new 5
floor, 135,000 square -foot building. The expansion building
features a two-sided curving form that responds to the
topography and flow of campus circulation. The site design
reaches beyond the boundaries of the building with a shared
plaza, improving pedestrian connections across Stevens Way
and embracing the Mechanical Engineering and Civil Engineering buildings to either side.
REFERENCES:
Owner: University of Washington — Bryan Elion (206) 897-1868
MAYES TESTING ENGINEERS, INC.
Our proposed team has extensive experience with on -call testing projects, successfully
completing hundreds of projects. The varied and complex nature of this project requires expertise
in every facet of construction.
PROJECT MANAGER — Dennis Sanborn
We propose Dennis Sanborn as the Project Manager. Mr. Sanborn has
28 years of inspection experience. He holds WABO licenses for all
inspection disciplines and has extensive soils and asphalt testing
experience. He has successfully managed several public projects
including SeaTac Airport, Rental Car Facility, Pierce Transit Parking
Garage, Tacoma Art Museum, Tacoma Community College Expansion
and Southcenter Mall Parking Garages. He will provide preconstruction
services, coordinate inspections, provide cost management and technical
support as well as coordinate project closeout services.
Education:
Reinforced Concrete I & II, Structural Steel I & II, Seattle Central Community College
Registrations/Certifications:
WABO Certified Inspector In: Reinforced Concrete, Prestressed Concrete, Structural
Steel and Bolting, Structural Welding, Spray Applied Fireproofing, Shotcrete, Structural
Masonry, Proprietary Anchors
WABO Certified Field Supervisor for Reinforced Concrete, Prestressed Concrete, Spray
Applied Fireproofing, Shotcrete, Structural Masonry, Proprietary Anchors
ICC Certified Inspector In: Reinforced Concrete, Prestressed Concrete, Structural
Steel/Welding, Spray Applied Fireproofing, Structural Masonry
ACI Certified Level I Concrete Field Inspector
Troxler Certified for Nuclear Densometer
LEAD INSPECTOR — Carl Tacker
Our proposed Lead Inspector for these projects is Carl Tacker. Mr.
Tacker has 27 years of experience in the welding and structural steel
industry with extensive knowledge of all aspects of steel fabrication and
construction. He possesses great problem solving abilities. Projects he
has worked on include POS SeaTac International Arrivals Facility, Port of
Tacoma Pier 4 Phase 2 Reconfiguration, Boeing Renton Bldg 4-86 Dinol
Booths, MultiCare Allenmore Behavioral Health, and Southport Office
Buildings. He is responsible for materials testing and inspection, report
preparation and communication with the project team.
References:
Boeing — Russ Bates (206) 218-9475 russell.h.bates@boeing.com
Boeing — Katrina Toole (206) 651-1694 katrina.m.toole@boeing.com
Boeing — Oana Wilson (206) 259-1005 oana.o.wilson@boeing.com
Registrations/Certifications:
WABO Certified Inspector in: Reinforced Concrete, Structural Steel and Bolting,
Structural Welding, Proprietary Anchors
ICC Certified Inspector in: Reinforced Concrete, Structural Steel/Bolting, Structural
Welding
AWS/CWI Certified Welding Inspector, No. 07110471
ASNT Level II Certified UT and MT
MAYES TESTING ENGINEERS, INC.
The below estimate for the Fire Station 51 project is based on review of the 60% CD Set dated 11/1/18. A
detailed construction schedule was not available for our review. Additionally, documents for Fire Station 52
were not available. We assume that Station 52 will be of similar construction to Station 51 and therefore the
estimate for Station 51 can be used as a ROM cost for Station 52. Once additional information becomes
available it would benefit the City of Tukwila to provide us the opportunity to review and revise these
estimates based on the updated information. We assume all soils related testing and inspection will be
performed by the geotechnical engineer of record. We assume structural steel members will come from a
local Puget Sound or Portland area fabrication shop.
Tukwila Fire Station 51
Testing and Inspection Services
Mayes Testing Engineers, Inc. Cost Estimate No. 18549T
Estimated No.
Item of Units
Extended
Unit Price Total
Inspection Services
Reinforced Concrete Inspection
Foundations: Estimate 4
Slabs on grade: Estimate 3
Misc/Sitework: Estimate 4
inspections at 4
inspections at 4
inspections at 4
44 Hours
hours per inspection
hours per inspection
hours per inspection
75.00 /hr 3,300.00
Cold Form Metal Framing Inspection 16 Hours 75.00 /hr
Estimate 4 inspections at 4 hours per inspection
Masonry Veneer Inspection
Estimate 4 inspec
tions at 5 hours per inspection
Structural Steel Fabrication Inspection
Estimate 5 inspections at 4 hours per inspection
Structural Steel Erection Inspection
Estimate 10 inspections at 8 hours per inspection
Ultrasonic Testing
Estimate 5 inspections at 4 hours per inspection
Project Management (Includes meetings, site visits, report review,
mix design review, and misc. consultation)
Laboratory Services
Concrete Compressive Strength Cylinder Test
Miscellaneous Services
Cylinder Pick-up
Mileage
Secretarial Services (Types reports, mail, postage, etc.)
1,200.00
20 Hours 75.00 /hr 1,500.00
20 Hours 90.00 /hr 1,800.00
80 Hours 90.00 /hr 7,200.00
20 Hours 95.00 /hr 1,900.00
15 Hours 105.00 /hr 1,575.00
60 Each
25.00 ea 1,500.00
Total Estimated Costs:
No Charge
No Charge
No Charge
$19,975.00
A four-hour minimum charge per call applies to all inspections. A premium rate of 1.5 times the regular will be charged
for all work outside of normal working hours in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays.
Payment is net 30 days. This estimate is valid for 90 days.
AYES TESTING ENGINEERS, INC.
The below estimate for the Justice Center is based on review of the plans dated 10/5/18. A detailed
construction schedule was not available for our review. Once additional information becomes available it
would benefit the City of Tukwila to provide us the opportunity to review and revise these estimates based on
the updated information. We assume all soils related testing and inspection will be performed by the
geotechnical engineer of record. We assume structural steel members will come from a local Puget Sound
or Portland area fabrication shop.
Item
Tukwila Justice Center
Testing and Inspection Services
Mayes Testing Engineers, Inc. Cost Estimate No. 18549T
Estimated No. Extended
of Units Unit Price Total
Inspection Services
Reinforced Concrete Inspection
Foundations: Estimate 6 inspections at 4 hours per inspection
Resteel: Estimate 5 inspections at 4 hours per inspection
Slabs on grade: Estimate 4 inspections at 4 hours per inspection
Slabs on deck: Estimate 4 inspections at 4 hours per inspection
Misc/Site: Estimate 5 inspections at 4 hours per inspection
96 Hours
75.00 /hr 7,200.00
Structural Steel Fabrication Inspection 40 Hours 90.00 /hr 3,600.00
Estimate 10 inspections at 4 hours per inspection
Structural Steel Erection Inspection 200 Hours 90.00 /hr 18,000.00
Estimate 5 weeks 40 hours per week
Ultrasonic Testing 20 Hours 95.00 /hr 1,900.00
Estimate 5 inspections at 4 hours per inspection
Baseplate Grout Inspection 8 Hours 75.00 /hr 600.00
Estimate 2 inspections at 4 hours per inspection
Project Management (Includes meetings, site visits, report review,
mix design review, and misc. consultation) 30 Hours 105.00 /hr 3,150.00
Laboratory Services
Concrete Compressive Strength Cylinder Test
Grout Compressive Strength Test
100 Each
6 Each
25.00 ea
25.00 ea
2,500.00
150.00
Miscellaneous Services
Cylinder Pick-up No Charge
Mileage No Charge
Secretarial Services (Types reports, mail, postage, etc.) No Charge
Total Estimated Costs: $37,100.00
A four-hour minimum charge per call applies to all inspections. A premium rate of 1.5 times the regular will be charged
for all work outside of normal working hours in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays.
Payment is net 30 days. This estimate is valid for 90 days.
AYES TESTING ENGINEERS, INC.
P2 Fee Schedule
MAYES TESTING ENGINEERS, INC.
A Ilf,t ,?Cd: COMPANY
INSPECTION SERVICES
Concrete Inspection (includes Reinforcing Steel, Concrete Placement, Shotcrete,
Augercast Grout, Grout, Batchplant)
Post Tension Concrete Inspection (includes placement and stressing)
Proprietary Anchor Inspection (includes Epoxy Grouted and Expansion Anchors)
Masonry Inspection (Includes cmu and brick veneer)
Lateral Framing Inspection (includes wood and light gauge)
Seismic Resistance System Inspection
Fiber -Reinforced Polymer Inspection
Fireproofing Inspection
Laboratory Technician
Lead Inspector
Structural Steel/Welding Inspection (includes bolting)
Non -Destructive Testing
Dye Penetrant Testing
Magnetic Particle Testing
Ultrasonic Testing
LABORATORY SERVICES
Concrete Testing
Concrete Absorption, Unit Weight and Moisture Content Test
Concrete, Augercast Grout or Nonshrink Compressive Strength Cylinder Test (includes
curing, breaking and report)
Concrete Compressive High Strength Cylinder Test (over 10,000 psi)
Concrete Core Compressive Strength Test (includes trimming and testing)
Shotcrete Panel Test (includes 4 cores)
Voids and Density of Hardened Concrete Test (ASTM C642)
Masonry Testing
Masonry Drying Shrinkage Test (set of 3)
Masonry Grout or Mortar Compressive Stength Test
Masonry Prism Test (grouted or ungrouted)
Retaining Wall Unit Absorption Test
75.00 /hour
75.00 /hour
75.00 /hour
75.00 /hour
75.00 /hour
75.00 /hour
75.00 /hour
75.00 /hour
85.00 /hour
90.00 /hour
90.00 /hour
95.00 /hour
95.00 /hour
95.00 /hour
45.00 each
25.00 each
30.00 each
66.00 each
160.00 each
75.00 each
300.00 each
25.00 each
110.00 each
45.00 each
80.00 each
80.00 each
105.00 each
135.00 /hour
80.00 each
175.00 /hour
175.00 /hour
140.00 /hour
105.00 /hour
105.00 /hour
LABORATORY SERVICES
Miscellaneous Testing
Fireproofing Density Test
Tensile Test on Coupon Assembly (with slippage #3 - #9)
Tensile Test on Coupon Assembly (with slippage #10 - #18)
Universal Test Machine & Operator
Weld Fracture Test
ENGINEERING SERVICES
NDE Level III Consultation
Principal Engineer
Staff Engineer (includes Pachometer Testing, Floor Flatness Testing, Impact Echo
Testing, Load Testing & Moisture Emissions Testing)
Engineering Technician
Project Manager
Mileage (charged only outside our regular service area)
Subsistence (lower 48 states)
Reimbursable Expenses (commercial travel, rentals, consumables, etc.)
Subconsultants
0.65 /mile
Federal GSA Rate
Cost + 15%
Cost + 15%
*A four hour minimum charge applies to all inspections. Overtime rate of 1.5 times the regular rate applies to all work
performed outside of normal working hours, weekends and holidays.
Exceptions
TO: The City of Tukwila
FROM: Terracon Consultants, Inc.
DATE: November 28, 2018
RE: Request for Proposal Construction Testing and Inspection Services — Fire Station 51 and 52
Project and Justice Center
Terracon Consultants, Inc. ("Terracon") has reviewed the Consultant Agreement for Services provided
by the City of Tukwila ("City") as part of the RFP, and respectfully requests the following modifications:
1. Section 7 Indemnification — please revise the section as follows:
7. Indemnification. The Consultant shall indemnify and hold the City. its officers, officials, and employees
harmless from any and all claims, injuries, damages, losses or suits including reasonable attorney fees
and costs of defense._ to the extent arising out of or resulting from the negligent acts, errors or omissions
of the Consultant in performance of this Agreement, except for injuries and damages caused by the
negligence of the City.
Terracon's professional liability insurance covers claims that result from any negligence and errors or omissions
to the extent committed by our professionals. Requiring an indemnification which is not limited to negligence or
willful acts is beyond what is covered by Terracon's Professional Liability insurance and would expose Terracon
to the potential of uninsurable claims. By making the requested changes, Terracon ensures that its Professional
Liability insurance will be available in the unlikely event of a claim, which benefits both Terracon and the City.
Additionally, the carrier under the Professional Liability policy does not provide coverage for an upfront defense
obligation due to the requirement of the engineering professional to provide a defense regardless of whether or
not it was determined to be liable. Terracon requests to have the affirmative defense obligation restated as a
calculation of defense costs as part of the overall damages. This avoids the situation where Terracon is required
to take on the City's litigation costs in the event Terracon is ultimately determined not at fault.
The remainder of the terms are acceptable. Terracon's agreement to perform the services requested in this
Agreement is not contingent upon the City's acceptance of each requested modification. Terracon is willing to
enter in to good faith negotiations regarding these terms and conditions. Any questions or concerns regarding
these requested changes can be directed to Anish Patel at anish.patel@terracon.com or by phone at (913) 202-
7558.
10841 S. Ridgeview Road, Olathe, KS 66061