Loading...
HomeMy WebLinkAboutKrazan and Associates AG-S-043 qj CITY OF AUBURN AGREEMENT FOR SERVICES AG-S-043 THIS AGREEMENT made and entered into on this ~'~d day ofVG~'~ , 2010, by and between the-City of Auburn, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Kraza,n and Associates, Inc. at 922 Valley Avenue NE, Suite 101, Puyallup, WA, hereinafter referred to as the "Provider.' WITNESSETH: WHEREAS, the City is in need of the services of individuals, employees or firms for special inspection work; and, WHEREAS, the City desires to retain the Provider to provide said services in connection with the City's work; and, WHEREAS, the Provider, is qualified and able to provide services in connection with the City's needs for the above-described work, and is willing and agreeable to provide such services upon the terms and conditions herein contained. NOW, THEREFORE, the parties hereto agree as follows: 1. Scope of Services The Provider agrees to perform in a good and professional manner the tasks described on Exhibit "A" which is attached hereto and by this reference made a part of this Agreement. (The tasks described on Exhibit "A shall be individually referred to as a "task," and collectively referred to as the "services.") The Provider shall perform the services as an independent contractor and shall not be deemed, by virtue of this Agreement and the performance thereof, to have entered into any partnership, joint venture; employment or other relationship with the City. 2. Additional Services In the event additional services with respect to related work are required beyond in this Agreement, a contract amendment shall be set forth in writing and shall be executed by the respective parties prior to the Provider's performance of the services there under, except as may be provided to the contrary in Section 3 of this Agreement. Upon proper completion and execution of an Amendment (agreement for additional services), such Amendment shall be incorporated. into this Agreement and shall have the same force and effect as if the terms of such Amendment were a part of this Agreement as originally executed. The performance of services pursuant to an Amendment shall be subject to the terms and conditions of this Agreement except where the Amendment provides to the contrary, in which case the terms and conditions of any such Amendment shall control. In all other respects, any Amendment shall supplement and be construed in accordance with the terms and conditions of this Agreement. AG-S-043 Page 1 of 10 3. Performance of Additional Services. Prior to Execution of an Amendment The parties hereby agree that situations may arise in which services other than those described on Exhibit "A" are desired by the City and the time period for the completion of such services makes.the execution of Amendment impractical prior to the commencement of the Provider's performance of the requested services. The Provider hereby agrees, that it shall perform such services upon the written request of an authorized representative of the City pending execution of an Amendment, at a rate of compensation to be agreed to in connection therewith. The invoice procedure for any such additional services shall be as described in Section 7 of this Agreement. 4. Provider's Representations epresents-and-warra-nts--tha"he-Provider has all n - licenses and certifications to perform the services provided for herein, and is qualified to perform such services. 5. City's Responsibilities The City shall do the following in a timely manner so as not to delay the services of the Provider: a. Designate in writing a person to act as the City's representative with respect to the services. The City's designee shall have complete authority to transmit instructions, receive information, interpret and define the City's policies and decisions with respect to the services. b. Furnish the Provider with all information, criteria, objectives, schedules and standards for the project and the services provided for herein. c. Arrange for access to the property or facilities as required for the Provider to perform the services provided for herein. d. Examine and evaluate all studies, reports, memoranda, plans, sketches, and other documents prepared by the Provider and render decisions regarding such documents in a timely manner to prevent delay of the services. 6. Acceptable Standards The Provider shall be responsible to provide, in connection with the services contemplated in this Agreement, work products and services of a quality and pro essiona s an ar m accor aice wi a IBC, City building permit requirements, and general. industry standards. 7. Compensation As compensation for the Provider's performance of the services provided for herein, the City shall pay the Provider the fees and costs specified on Exhibit "B" which is attached hereto and by this reference made a part of this Agreement (or as specified in an Amendment). The Provider shall submit to the City an invoice or statement of time spent on tasks included in the scope of work provided herein, and the City upon acceptance of the invoice or statement shall process the invoice or statement-in the next billing/claim cycle following receipt of the invoice or statement, and shall remit payment to the Provider thereafter in the normal course, subject to any conditions or provisions in this Agreement or Amendment. The AG-S-043 Page 2 of 10 Agreement number must appear on all invoices or statements submitted. The not- to-exceed amount for this agreement is $25,000. 8. Time for Performance and Term of Agreement The Provider shall not.begin any work under this Agreement until authorized in writing by the City. The Provider shall perform the services provided for herein in accordance with the direction and scheduling provided on Exhibit "A" attached hereto and incorporated herein by his reference, unless otherwise agreed to in writing by the parties. All work under this Agreement shall be completed by 12/31/2012 and can be amended by both parties for succeeding years. 9. Ownership and Use of Documents All documents, reports, memoranda, diagrams, sketches, plans, surveys, design aieufafiions, working-drawings-and-any-other-materials created-or otherwi-ae . prepared by the Provider as.part of: his performance of this Agreement (the "Work Products") shall be owned, by and become the property of the City, and may be used by the City for any purpose beneficial to the City. 10. Records Inspection and Audit All compensation payments shall be subject to the adjustments for any amounts found upon audit or otherwise to have been improperly invoiced, and all records and books of accounts pertaining to any work performed under this Agreement shall be subject to inspection and audit by the City for a period of up to three,(3) years from the final -payment for work performed under this Agreement. 11. Continuation of Performance In the event that any-dispute or. conflict arises between the parties while this _ Contract is in effect, the Provider agrees that, notwithstanding such dispute or conflict, the Provider shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities 12. Administration of Agreement This Agreement shall be administered by Jay Martin, on behalf of the Provider, and by the Mayor of the City, or designee, on behalf of the City. Any written notices require y e erms o is greemen't Shall Be served on or mailed to the following addresses: City of Auburn Krazan and Associates, Inc. Jacob Sweeting Jay Martin Project Engineer Operations Manager 25 W Main St 922 Valley Avenue, Suite 101 Auburn, WA 98001-4998 Puyallup, WA 98371 Phone: 253-804-5059 Phone: 253-939-2500 Fax: 253-931-3053 Fax: 253-939-2556 E-mail: jweeting@auburnwa.gov E-mail: JayMartin@krazan.com AG-S-043 Page 3 of 10 13. Notices All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be deemed to have been duly given if delivered in person or deposited in the United States mail, postage prepaid, for mailing by certified mail, return receipt requested, and addressed, if to a party of this Agreement, to the address for the party set forth above. Either party may change his, her or its address by giving notice in writing, stating his, her or its new address, to the other party, pursuant to the procedure set forth above. 14. Insurance The Provider shall procure and maintain for the duration of this Agreement, nsu-r-anee-aonst-cla-inns-for-inj uries-to-persons-or-damage-to-Mpe"hich-m-ay- _ arise from or in connection with the performance of the work hereunder by the Provider, or the Provider's agents, representatives, employees, or subcontractors. Provider's maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the Provider to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. The Service Provider shall obtain insurance of the types described below: a. Automobile Liability insurance, covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary; the policy, shall be endorsed to provide contractual liability coverage. Provider shall maintain automobile insurance with minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability. arising from premises, operations, independent contractors,. products-completed operations, stop gap liability, contract, The Commercial General Liability insurance shall be endorsed to provide the Aggregate. Per Project Endorsement ISO form CG 25 0311 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising, from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10=10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000-general aggregate, and a $2,000,000 products-completed operations aggregate limit. AG-S-043 Page 4 of 10 a. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: a. The Provider's insurance coverage shall be primary insurance as respects the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Provider's insurance and shall not contribute with it. b. The Provider's insurance shall be endorsed to state that coverage shall not be car~eelted-by-either arty, except-af#er36-daWpf-iof-written-notice-by-certified-- mail, return receipt requested, has been given to the City. Insurance is to be placed with an authorized insurer in Washington State. The insurer must have a current A.M. Best rating of not less than A:VII. Provider shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Provider before commencement of the work. The City reserves the right to require that complete, certified copies of all required insurance policies be submitted to the City at any time. The City will pay no progress payments under Section 7 until the Provider has fully complied with this section. 15. Indemnification/Hold Harmless The Provider shall defend, indemnify and hold the City and its officers, officials, employees, and volunteers harmless from any and all claims, injuries, damages, losses, or suits including attorney fees, arising out of or in connection with the 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. en, m e even or amages arising ou o o i y injury to persons or damages to property caused by or resulting from the concurrent negligence of the Provider and the City, its officers, officials, employees, and volunteers, the Provider's liability hereunder shall be only to the extent of the Provider's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Provider's waiver of immunity under Industrial Insurance, Title 51 RICK 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. 16. Assiqnment Neither party to this Agreement shall assign any right or obligation hereunder in whole or in part, without the prior written consent of the other party hereto. No AG-S-043 Page 5 of 10 assignment or transfer of any interest under this Agreement shall be deemed to release the assignor from any liability or obligation under this Agreement, or to cause any such liability or obligation to be reduced to a secondary liability or obligation. 17. Nondiscrimination The Provider may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. 18. Amendment. Modification or Waiver No amendment, modification or waiver of any condition, provision or term of this t s"aN-be-valid-or-of-ar-ry-effeeftu-dess-made-in-writing; signed-by-tparty or parties.to'be bound, or such party's or parties' duly authorized representative(s) and specifying with particularity the nature and extent of such amendment, modification or waiver. Any waiver by any party of any default of the other party shall not affect or impair any right arising from any subsequent default. Nothing herein shall limit the remedies or rights of the parties hereto under and pursuant to this Agreement. 19. Termination and Suspension Either party may. terminate this Agreement upon written notice to the other party if the other party fails substantially to perform in accordance with the terms of this Agreement through no fault of the party terminating the Agreement. The City may terminate this Agreement upon not less than seven (7) days written notice to the. Provider if the services provided for herein are no longer needed from the Provider. If this Agreement is terminated through no fault of the Provider, the Provider shall be compensated for services performed prior to termination in accordance with the rate of compensation provided in Exhibit "B" hereof. - a ies in n eyes This Agreement shall be binding upon, and the benefits and obligations provided for herein shall inure to and bind, the parties hereto and their respective successors and assigns, provided that this section shall not be deemed to permit any transfer or assignment otherwise prohibited by this Agreement. This Agreement is for the exclusive benefit of the parties hereto and it does not create a contractual relationship with or exist for the benefit of any third party, including contractors, sub-contractors and their sureties. 21. Costs to Prevailing Party In the event of such litigation or other legal action, to enforce any rights, responsibilities or obligations under this Agreement, the prevailing parties shall be entitled to receive its reasonable costs and attorney's fees. AG-S-043 Page 6 of 10 22. Applicable Law This Agreement and the rights of the parties hereunder shall be governed by and interpreted, in accordance with the laws of the State of Washington and venue for any action hereunder shall be in of the county in Washington State in which the property or project is located, and if not site specific, then in King County, Washington; provided, however, that it is agreed and understood that any applicable statute of limitation shall commence no later than the substantial completion by the Provider of the services. 23. Captions, Headings and Titles All captions, headings or titles in the paragraphs or sections of this Agreement are inserted for convenience of reference only and shall not constitute a part of this Bement or act-as-a-firrritatbn-"e-s-cope-of- Me-parttcutarpaTacjr-ap or sections to which they apply. As used herein, where appropriate, the singular shall include the plural and vice versa and masculine, feminine and neuter expressions shall be interchangeable. Interpretation or construction of this Agreement shall not be affected by any determination as to who is the drafter of this Agreement, this Agreement having been drafted by mutual. agreement of the parties. 24. Severable Provisions Each provision of this Agreement is intended to be severable. If any provision hereof is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this Agreement. 25. Entire Agreement This Agreement contains the entire understanding of the parties hereto in respect to the transactions contemplated hereby and supersedes all prior agreements and understandings between the parties with respect to such subject matter. 26. Counterparts This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and. shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. - AG-S-043 Page 7 of 10 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed effective the day and year first set forth above. CITY KRAZAN AND ASSOCIATES, INC. Peter B. Lewis, Mayor Signature Name: --SPG V6 Attest: Title: Danielle Daskam City Clerk Signature Name: Approved as to form: Title: Federal Tax ID No: 77-0039491 C-Aaniel 4eidorney AG-S-043 Page 8 of 10 EXHIBIT A SCOPE OF WORK The Provider shall conduct special inspections for the following City projects: • CP0817 - Phase B, Ellingson Sewer Lift Station • CP0817 - Phase C, White River Storm Station • CP0909 - Lakeland Hills Booster Pump Station PTOUB - a e an i s eservoir 6 • CP0765 - Lakeland Hills Reservoir Improvement CP0909 - Academy Booster Pump Station Other projects as requested in writing by the City. For each project, the Provider shall complete the following tasks: • Execute the "Special Inspection Agreement" and any other documentation required from the City's Building Department for the issuance of a building permit. • Meet with the City to determine inspection requirements and scheduling. • Conduct special inspections as requested by City staff assigned to the project. • Prepare and provide inspection documentation. AG-S-043 Page 9 of 10 EXHIBIT B-FEE SCHEDULE AG-S-043 Page 10 of 10 EXHIBIT B-FEE SCHEDULE Prepared for City of Auburn Public Works Department GENERAL FEE SCHEDULE FOR PROFESSIONAL & TECHNICAL SERVICES Professional Principal... 185.00/hr. Senior Engineer, Engineering Geologist, Environmental Scientist (P.E., P.E.G., C.H.M.M.) ..................$115.00/hr. project Eneineer,EngineeringSz~olog ,Environmental Scientist (P E PEG , C H M M~ $115.00/hr. Senior Forensic Consultant... ...............................................................................................................$165.00/hr. Senior Materials Analyst $125.00/hr. Project Manager (Professional Services) ....................................................................................................$120.00/hr. Project Manager (0.33 hour per report) ........................................................................................................$90.00/hr. Licensed Hydrogeologist (L.H.G.) .............................................................................................................$115.00/hr. Environmental Geologist / Scientist ...........................................................................................................$115.00/hr. Senior Staff Professional ...........................................................................................................$95.00/hr. Staff Professional (engineer/geologist) ........................................................................................................$85.00/hr. Staff Wetlands Specialist $95.00/hr. Expert Witness Services Consultation, Deposition, Testimony - Principal .........$375.00/hr. Consultation, Court, Deposition, Testimony - Registered Professional, Forensic Consultant $290.00/hr. Stand-By at Office (Waiting to be called to Court) .......................................................................................By Quote Technical Special Inspector (Includes Reinforced Concrete, Structural Masonry, Proprietary Anchors, Post-Tesion Concrete, & Shotcrete Inspections) ..............................................................................................................................$51.00/hr. Special Inspector (Includes Structural Steel, Structural Steel Fabrication, Structural Welding/Bolting, Wood- Framing, Fireproofing Inspections ...............................................................................................................$60.00/hr. Soil and Asphalt Compaction Testing ..........................................................................................................$51.00/hr. Field Geologist (Soil Bearing Verification) .............................................................................$85.00/hr. - - ....._.1 Laboratory Technician (Sample Preparation) ...............................................................................................$50.00 Ultrasonic, Magnetic Particle, Dye Penetrant (ASTM E114, E164, E165, E709) .......................................$60.00/hr. X Ray ( 2 Man Crew) Quote X Ray Film Quote Rebar Locate Using A Pachometer ...............................................$90.00/hr. Windsor Probe (ASTM C803) ......................................................................................................................$90.00/hr. Plate Bearing Test, (ASTM D1195, D1196) ................................................••••••......•.••••••••••••............••••••••••$90.00/hr. . Pulse Velocity (ASTM C597, D2845) .........................................................................................................$90.00/hr. Floor Flatness (includes equipment) ..........................................................................................................$120.00/hr. Sample Pickup (2 hour minimum) ...............................................................................................................$40.00/hr. Turbidity and Erosion Control Inspection ....................................................................................................$70.00/hr. Pile Driving, Soldier Piles, Shoring, & Cassion Inspection .........................................................................$75.00/hr. Administrative Clerical/Word Processing/Reproduction (0.33 hour per report) I azan EXHIBIT B-FEE SCHEDULE LABORATORY SERVICES Specialized Services Are Available On Request Aggregates and Soils Laboratory Tests $50.00 each Absorption (ASTM C 127, 128) Abrasion (L.A. Rattler 100 & 500 cycles), ASTM C 131 ..................................$175.00 each . Acid Solubility $40.00 each Atterberg Limits (ASTM D 4318) .............................................................................................................$80.00 each .00 each Accelerated Expansion (CRD 148) $350 Cali enlia,4Gagng_Ratie{-(13R~ r, M D-1883)-. ......$500.00 each $100.00 each Clay Lumps and Friable Particles (ASTM C142) $100.00 each Coal and Lignite (ASTM C123) ` Consolidation Test (ASTM D2435 test includes 5 loads) .......................................................................$500.00 each Consolidation Additional Loads $100.00 each { Degradation (WSDOT 110) ....................................................................................................................$100.00 each Direct Shear Test (ASTM D3080) (Unconsolidated, Undrained, 3 point) ..............................................$300.00 each Durability (ASTM 3744) .........................................................................................................................$200.00 each $195.00 each Expansion Index, UBC-29-2 Fertility Analysis Subcontract .........................................................................................$300.00 each Flat or Elongated Particles, (CRD C-119, ASTM D 4791) .....................................................................$130.00 each Fracture Face (ASTM D5821) ...................................................................................................................$80.00 each r Hydrometer Analysis (ASTM D422) ..............................................................$150.00 each Light Weight Pieces ................................................................................................................................$100.00 each Material Finer than No. 200 Sieve ASTM C117 ................................................$30.00 each $500.00 each Maximum Density (WSDOT 606) Moisture Content $20.00 each Moisture Content and Dry density (Liner Sample) ...................................................................................$30.00 each . $200.00 each ' Moisture-Density Relations of Soils (ASTM D698, D 1557) Modules of Rupture .................................................................................................................................$100.00 each is Modules of Elasticity ...$100.00 each - Organic Content, Loss by Ignition (ASTM D 2974) ...............................................................................$150.00 each Organic Impurities (ASTM C40) ............................................:........................."'$50.00 each . J. $300.00 each Permeability, Constant Head (ASTM 2434) ermea i Wising exi e a ermeame er TASTNM Permeability Sample Remold $50.00 each $700.00 each Potential Reactivity, Chemical Method 3 Determinations (ASTM C289) Potential Reactivity, Mortar Bar Method (ASTM C227) ................................................•••••••••••••••••-••••••$400.00 each Relative Density Max-Min (ASTM D4253) ...........................................................................................$200.00 each "R" (Resistance) Value (WSDOT 611) .................................................................................$175.00 each "R" (Resistance) Value, Lime Treated or Requiring Recombining of Aggregates $275.00 each Resistivity (Fine Soils) $200.00 each Resistivity (Coarse Soils) ........................................................................................................................$400.00 each ............$80.00 each Sand Equivalent (ASTM D2419) ............$75.00 each Saturated/Dry Unit Weight $100.00 each Sieve Analysis, Coarse, ASTM C 136 .$100.00 each Sieve Analysis Fine (including wash), ASTM C 136, C 117 $100.00 each Sieve Analysis -Processed (Each Size), ASTM C 136 $100.00 each Sieve Analysis (ASTM D422 excluding hydrometer) $80.00 each Soft Particles, ASTM C:235 b ; aza 1 EXHIBIT B-FEE SCHEDULE t 0 each $700.0 Soil Cement Mix Design $40.00 each Soluble Chloride Content Soluble Sulfate Content $40.00 each Soundness Coarse - Sodium or Magnesium, 5 cycle (ASTM C88) 160.00 each Soundness Fine - Sodium or Magnesium, 5 cycle (ASTM C88) $250.00 each $75.00 each Specific Gravity (ASTM D854) $75.00 each Specific Gravity, Coarse (ASTM C127) $90.00 each Specific Gravity, Fine (ASTM C128) $150.00 each Swell Index Unit Weight per Cubic Foot (ASTM C29) $50.00 each Triaxial Compression Test, ASTM D 2850 $235.00 each Unconsolidated, Undrained .........$325.00 each Consolidated, Undrained 7 $600.00 each ~c^selidated-Undr-afined-with-Por-e-P-r-essur-e_...- . $100.00 each Unconfined Compression Test (ASTM D2166) $80.00 each Water Absorption $300.00 each Weathering (CRD C148) $100.00 each F, Uncompacted Voids (Fine) ..................................................................................$100.00 each Additional Uncompacted Tests Voids Not Listed .(Coarse..)................ . ....................................................By Quote Concrete, Sl~otcrete and Gunite Cylinder, Beams & Cores $22.00 each Compression Test, 6" x 12" Cylinders, Including Hold, ASTM C 39 Compression Test, Cores, ASTM C 42 (Does Not Include Special Prep. time) $50.00 each $40.00 each Core Cutting (In Laboratory) ...................................................$80.00 each Flexure Test, 6" x 6" Beams, ASTM C 78 Splitting Tensile, 6" x 12" Cylinders, ASTM C 496 .................................................$50.00 each ............$85.00 each Modulus of Elasticity Test.- Static, ASTM C 469 Unit Weight Determination ...............................................................................$35.00 each , Shrinkage I, Length Change (3 Beams, 4 Readings, Up to 90 Days), ASTM C 157 Modified ............................•••$2.5........ 00/3- $225.00 bar set Additional Reading . $50.00/month , - - - - Mix Design Aggregate Tests for Concrete Mix Designs.Only, Including Sieve Analysis, Specific Gravity, 0 each No. 200 Wash Organic Impurities, Weight Per Cubic Foot, Per Aggregate Size..................................................... ...$500.0 ~ Mix Design, Determination of Proportions (Calculation Only $450.00 each .....$150.00 each Review of Mix Design Prepared by Others .................$900.00 each Trial Batch, ASTM C192 .................................................................$500.00 each Compatibility (ICBO AC31) $500.00 each f Post Crack Integrity (ICBO AC31) .................................................................................................,•,.•.,...••.$500.00 each Freeze Thaw-300 cycles (ASTM C666) ....................$75.00 each Initial Set diKrazan EXHIBIT B-FEE SCHEDULE j Coring $130.00/hr. Technician and Equipment (Jobsite coring; 2 man crew)) $150.00/panel Shotcrete/Gunite Test Panels - 4 cores (Laboratory) $2.50/inch Bit Charge Materials and supplies Cost + 15 0 Nozzleman Qualification Certification of Shotcrete/Gunite Nozzleman in accordance with ACI 506, administer knowledge test, o se 00 test panel production, coring of test panel, laboratory testing of cores $100.00/each } ACI Core Grading Report ty'~aIS r Brick ASTM C 67 $100.00 each r Modulus of Rupture (Flexure) $00.00 each Compressive Strength } Absorption - 5 Hour or 24 Hour ...............................................................$80.00 each i . Boil, 1, 2 or 5 Hour $80.00 each Initial Rate of Absorption .$80.00 each . - ••$200.00 each 1 Efflorescence (set of 3) $15.00 each Dimensions, Overall, Coring, Shell and Web Thickness . „ $90.00 hr. Coefficient of Friction (Slip Test) is Concrete Block ASTM C140 $25.00 each Moisture Content as Received r.. Absorption $80.00 each . $90.00 each . Compression Tension$130.00 each ..........By Quote Ir` Shrinkage, Modified British, ASTM C 426 Masonry Prisms ASTM C 1388 ....$85.00 each Compression Test, Grouted Prisms ........................................................$85. Quote Cutting Prisms Mortar & Grout UBC Standard 24-22 . $22.00 each Compression, 2" x 4" Mortar Cylinder .........................................................................................$22.00 each Compression, 3.5" x 7.5" Grout Prisms .................................................................................................................$22.00 each Compression Test, 2 Cubes ASTM Clog) Y.. ( Unreinforced Masonry Building Tests $90.00/hr. 4 In-Place Shear (Push) Tests....... . Quote By 15 Degree Core Shear Tests •,•,By Quote Wall Anchors ..............................................................................................................................................By each Rhielm Tube Test Kit ....$90.00/hr. Rhielm Tube Test az EXHIBIT B-FEE SCHEDULE Coring/Core Compressive Strength Technician and Equipment (Jobsite coring) ...................................$130.00/hr. $2.50/inch Bit Charge Cost + 15% Materials and supplies ..........$50.00 each Cores, Compression $60.00/core Cores, Shear, 6" and 8" Diameter, 2 Faces Reinforcing and Structural Steel Reinforcing Steel ASTM A 615 $75.00 each 3 Tensile & Bend Test, No. 11 Bar or Smaller N -o-. 1 arorLarge $423:00-each ensi a etrd~Fest, $125.00 each Tensile Test, Mechanically Spliced Bar $10.00 each Receive and DistributeMill Certificates Prestress and Post-tension Tendons (7-Wire Strands) (Attachments To Be Furnished by Client) Tensile Test and Elongation in 24" for Prestress Strand, ASTM A 416 ...................................................$75.00 each $75.00 each Tensile Test and Elongation in 10" for Prestressing Wire, ASTM A 421 ................................................$75.00 each Modulus of Elasticity (Pre-stressing Wire) Welded Specimens $75.00 each Tensile Test, Welded, No. 11 Bar or Smaller each $125.00 Tensile Test, Welded, No. 14 and 18 Bar r Tensile Test Welded Coupons (Set of 3 Client Prepared) $3 00.00/set . Bend Test Welded Coupons (Set of 3, Client Prepared) ............................................................................$300.00/set By Quote Nick Break, Welded Re-Bar f' Welder Qualifications/Welding Procedure Specifications Prepare Welding Procedure Specification (WPS) in accordance with AWS D1.1 .................................$250.00 each $110.00 each Review Welding Procedure Specification (OS) in accordance with AWS D 1.1 Witness Welder- Qualification Test Asphalt Concrete Mix Design (Super Pave). $5,000.00 each Asphalt Concrete M $2,500.00 each ~i Asphalt Concrete Mix Design (Marshall) Asphalt Content of Bituminous Mixtures by Hot Solvent Extraction, ASTM D 2172 (Method B) $160.00 each .....................$180.00 each Aggregate Gradation on Extracted Sample (Including Wash) , $300.00 each Extraction/Gradation (AASHTO T53) Stability Tests $180.00 each Marshall, Pre-Mixed (ASTM D 1559) Marshall, Lab-Mixed (ASTM D 1559) ......................................................................................$280.00 each Molding Specimens and Laboratory Density Super Pave, Hveem, Lab-Mixed (WSDOT 702) .'......................................................................$300.00 each $180.00 each Marshall, Lab=Mixed (ASTM D 1559} $100.00 each Maximum Theoretical Unit Weight, Rice Gravity (AASHTO T20 $60.00 each Asphalt Concrete Core Density 9: a EXHIBI'T' B-FEE SCHEDULE Miscellaneous Materials 'T'ests and Equipment Charges Gypsum Roof Fill ASTM C 495 ~l Compression Test $16.00 each Density $25.00 each 1 Fireproofing Tests Thickness, Field Sampling by Technician Billed at Field Rates Oven Dry Density ...........................................................................................................................:......$40.00/sample $75.00 each Cohesion (ASTM E736) Materials and supplies . Cost + 15% Equipment } Air Meter (Concrete) - Pressure $0.00/day $0.00/day Air Meter (Concrete) -Volumetric Calibrated Torque Wrench (max. capacity 200 ft-lb) $25.00/day ` Calibrated Torque Wrench (capacity exceeding 200 ft-lb) $50.00/day Mobile Laboratory .......................................By Quote Mob / De-mob of the Mobile Laboratory .................................................By Quote Nuclear Density Gauge $0.00 ay $0.00/day Pachometer . $0.00/day Paint Thickness Gauge ( (electronic) Proof-load Equipment (testing of anchor bolts, no specialized fixtures) $0.00/day j` Schmidt Hammer $0.00/day e Skidmore-Wilhelm device $70.00/day Ultrasonic Testing Equipment (structural steel inspection) $0.00 ay 1 Vehicle Mileage (may be billed as a trip charge at calculated mileage) $0.60/mile Windsor Probes (set of 3) ..........................................................................................................................$45.00 each I 1. Specialized equipment for Forensic Investigation services ..........................................................................By Quote r: Li I -I i .t F mum 1 l -o 4AKrazan EXHIBIT B-FEE SCHEDULE J Terms of Payment ...E Invoices shall be deemed delinquent if not paid within 30 days of the invoice date and will be subject to a late payment charge of 1.5% per month or the maximum percentage allowed by law, whichever is the lesser on the unpaid balance from the invoice date, including the undisputed portions of invoices with j disputed charges, until the same is paid, as liquidated damages for additional credit and collection expenses incurred by Krazan & Associates, Inc. a Basis of Charges Minimum Charges I Field services performed by our technicians are subject to a 4 hour minimum charge for each day of service, with services in excess of 4 hours subject to half-hour increments. Services in excess of 8 hours per day are billed in hourly increments. Project- Management and Report Preparation will be invoiced at 1/3 (0.33) hours for each site visit or steel fabrication shop inspection. Expert Witness and Deposition ` services are billed on half- and full day (4 and 8 hour) basis and hourly after 8 hours. Sample pick-up 1 services are subject to a 2-hour minimum charge. Regular Time Charges Regular time charges are applicable to services initiated Monday through Friday (excluding holidays), between 7 a.m. and 3:30 p.m. Premium charges are applicable on holidays and weekends. 'x Night Shift Differential For services initiated after 3:30 p.m. or before 7:00 a.m. during any twenty-four (24) hour period commencing at 12:01 a.m. shall be subject to a twenty (20) percent premium above the regular rate. Y j: ! Time and One-Half Charges Time and one-half charges will be rendered on Regular Time weekdays for services extending beyond 8 hours and not exceeding 12 hours of total service that day. Services rendered on Saturdays will be charged at one and 'one-half (1.5) times the Regular Time rate for the first 8 hours. Double Time Charges Sunday, in excess of 8 hours on Saturday, or in excess of 12 hours on Services 'rendered on Holidays, Sund ` i weekdays, will be charged at double the Regular Time rate. 4 - - f Direct expenses, including but not limited to shipping, overnight or expedited delivery beyond standard postage, photo processing, sublet reproduction, and consumable materials used in field services will be charged to the client at cost plus 15%. I, Subcontractor, Subconsultant and equipment rental charges, including but not limited to backhoe rental { or backhoe services, subcontracted drilling services, concrete pumping services, and subcontracted specialty laboratory testing and inspection services, will be charged to the client at cost plus 20%. Travel Time and Mileage Charges Field services are billed based on time charged portal-to-portal from the closest Krazan & Associates' office providing the required services. - - CITY OF AuBIPeter B. Lewis, Mayor WAS H INGTON 25 West Main Street * Auburn WA 98001.4998 * www.auburnwa.gov * 253-931-3000 February 4, 2013 Jay Martin Krazan &Associates, Inc. 922 Valley Avenue, Suite 101 Puyallup, WA 98371 RE Agreement for Professional Services, AG-S-043 Special Inspections —Various Projects Dear Mr. Martin: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on March 23, 2012 for invoice#668486-1274 in the amount of$1,532.10. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by February 19, 2013. Thank you for your firm's services in work related to the Special Inspections. If you should have any questions, feel free to give me a call at 253-804-3113. Sincerely, DegAI I Inge• c- Assist. ity Engineer Department of Public Works IG/ja/mh cc: Dani Daskam, City Clerk AG-S-043 AUBURN * MORE THAN YOU IMAGINED