HomeMy WebLinkAboutAtlas Technical Consultants LLC; 2025-06-27; PSA25-3826CMIPSA25-3826CMI
Page 1 General Counsel Approved 2/11/2025
MASTER AGREEMENT FOR AS-NEEDED MATERIALS TESTING
ATLAS TECHNICAL CONSULTANTS, LLC
THIS AGREEMENT is made and entered into as of the ______________ day
of ___________________, 2025, by and between the Carlsbad
Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a
Subsidiary District of the City of Carlsbad, California ("CMWD"), and Atlas Technical Consultants,
LLC, a Delaware limited liability company ("Contractor").
RECITALS
A. CMWD requires the professional services of a consultant that is experienced in materials
testing.
B. The professional services are required on a non-exclusive, project-by-project basis.
C. Contractor has the necessary experience in providing professional services and advice
related to as-needed materials testing.
D. Contractor has submitted a proposal to CMWD responsive to Request for Qualifications
RFQ25-3671CMI and has affirmed its willingness and ability to perform such work as outlined in the
Request for Qualifications.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained in this
Agreement, CMWD and Contractor agree as follows:
1. SCOPE OF WORK
CMWD retains Contractor to perform, and Contractor agrees to render, those services ("Services") that
are defined in attached Exhibit "A," which is incorporated by this reference in accordance with this
as specified in the Task Description for the project (see paragraph 5 below).
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan
Southern California Area, and will use reasonable diligence and best judgment while exercising its
professional skill and expertise.
3. TERM
The term of this Agreement will be effective from the date first above written to Aug. 17, 2028. The
Executive Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or
parts of a year CMWD
needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written
amendment indicating the effective date and length of the extended Agreement.
4. PROGRESS AND COMPLETION
The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days
after receipt of notification to proceed by CMWD and be completed within the time specified in the Task
Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may
be granted if requested by Contractor and agreed to in writing by the Executive Manager or General
)
June 24, 2025 Item #6 Page 814 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
27th
June
PSA25-3826CMI
Page 2 General Counsel Approved 2/11/2025
Manager as authorized by the Executive Manager. The Executive Manager or General Manager will give
allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack
of foresight on the part of Contractor, or delays caused by CMWD inaction or other agencies' lack of timely
action. In no event shall a specific Task Description exceed the term of this Agreement.
5. COMPENSATION
The cumulative total for all projects allowed pursuant to this Agreement will not exceed six hundred
thousand dollars ($600,000) per Agreement year. If the City elects to extend the Agreement pursuant to
Section 3, the costs of services may increase by a maximum of 2% per Agreement year, if agreed to by
both parties. Fees will be paid on a project-by-
Payment terms are Net 30 unless otherwise provided or
agreed to in writing by the parties. Prior to initiation of any project work by Contractor, CMWD shall
prepare a Project Task Description and Fee Allotment ("Task Description") which, upon signature by
Contractor and for CMWD, the Executive Manager or General Manager, will be considered a part of this
Agreement. The Task Description will include a detailed scope of services for the particular project being
considered and a statement of Contractor's fee to complete the project in accordance with the specified
scope of services. The Task Description will also include a description of the method of payment and will
be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a
combination of these.
6. PUBLIC WORKS
6.1 Prevailing Wage Rates. Any construction, alteration, demolition, repair, and maintenance work,
including work performed during design and preconstruction such as inspection and land surveying work,
cumulatively exceeding $1,000 and performed under this
California Labor Code Section 1720 et seq. and are subject to state prevailing wage laws. The general
prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those
as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of
the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of
applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the
specified prevailing rates of wages to all such workers employed by Contractor in the execution of the
Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor
Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records,
and making them available for inspection. Contractor shall require any subcontractors to comply with
Section 1776.
6.2 DIR Registration. California Labor Code Section 1725.5 requires the Contractor and any subcontractor
or subconsultant performing any public work under this Agreement to be currently registered with the
California Department of Industrial Relations (DIR), as specified in California Labor Code section 1725.5.
California Labor Code Section 1771.1 provides that a contractor or subcontractor shall not be qualified to
engage in the performance of any contract for public work, unless currently registered and qualified to
perform public work pursuant to California Labor Code Section 1725.5. Prior to the performance of public
work by any subcontractor under this Agreement, Contractor must furnish City with the subcontractor's
current DIR registration number.
7. CONSTRUCTION MANAGEMENT SOFTWARE
Procore Project Management and Collaboration System. This project may utilize CMWD
(www.procore.com) online project management and document control platform. The intent of utilizing
Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team
June 24, 2025 Item #6 Page 815 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 3 General Counsel Approved 2/11/2025
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. Contractor is required to create a free web-based Procore user account(s)
and utilize web-based training/tutorials (as needed) to become familiar with the system. Unless the City
of Carlsbad City Engineer approves otherwise, Contractor shall process all project documents through
Procore because this platform will be used to submit, track, distribute and collaborate on project. If
unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall
complete a free training certification course located at http://learn.procore.com/procore-certification-
subcontractor. Contractor is responsible for attaining their own Procore support, as needed, either
through the online training or reaching out to the Procore support team. It will be the responsibility of
Contractor to regularly check Procore and review updated documents as they are added. There will be no
cost to the Contractor for use of Procore.
It is recommended that Contractor provide mobile access for Windows, iOS located at
https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices
located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App
installed to at least one on-site individual to provide real-time access to current posted drawings,
specifications, requests for information, submittals, schedules, change orders, project documents, as well
as any deficient observations or punch list items. Providing mobile access will improve communication,
efficiency, and productivity for all parties. The use of Procore for project management does not relieve
the contractor of any other requirements as may be specified in this Agreement or Task Descriptions.
8. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit
of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under the
control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The
persons used by Contractor to provide services under this Agreement will not be considered employees
of CMWD for any purposes.
The payment made to Contractor pursuant to this Agreement will be the full and complete compensation
to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of
Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers'
compensation insurance or unemployment contributions on behalf of Contractor or its employees or
subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for
any tax, retirement contribution, social security, overtime payment, unemployment payment or workers'
compensation payment which CMWD may be required to make on behalf of Contractor or any agent,
employee, or subcontractor of Contractor for work done under this
CMWD may deduct the indemnification amount from any balance owing to Contractor.
9. CONTRACTOR EVALUATIONS
program. Prior to the release of any task orders, the Contractor will be notified of the program
requirements and will receive a copy of the evaluation c
may be evaluated and the results will be considered for future task orders or agreements.
10. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If
Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and
omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the
June 24, 2025 Item #6 Page 816 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 4 General Counsel Approved 2/11/2025
subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor.
Nothing contained in this Agreement will create any contractual relationship between any subcontractor
of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will
bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement
applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved
in writing by CMWD.
11. OTHER CONTRACTORS
CMWD reserves the right to employ other Contractors in connection with the Services.
12. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by CMWD), indemnify and hold harmless CMWD and
the City of Carlsbad and its officers, elected and appointed officials, employees and volunteers from and
against all claims, damages, losses and expenses including attorneys fees arising out of the performance
of the work described in this Agreement and Task Descriptions caused by any willful misconduct or
negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by
any of them or anyone for whose acts any of them may be liable.
Contractor
California Civil Code Section
2782.8), then, and only to the extent required by California Civil Code Section 2782.8, which is fully
incorporated in this Agreement, Contractor
arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor,
and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Co
percentage of fault.
The parties expressly agree that any payment, attorneys fee, cost or expense CMWD or the City of
-administered
the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
13. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all amendments,
insurance against claims for injuries to persons or damage to property which may arise out of or in
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
authorized to do business in the State of California. The insurance carrier is required to have a current
Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of Cal
Approved Surplus Line Insurers
OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC)
latest quarterly listings report.
13.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations
under this Agreement. City, its officers, agents and employees make no representation that the limits of
the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect
June 24, 2025 Item #6 Page 817 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 5 General Counsel Approved 2/11/2025
Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will
obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense.
The full limits available to the named insured shall also be available and applicable to the City as an
additional insured.
13.1.1 Commercial General Liability Insurance.
including personal and advertising injury, with limits no less than $2,000,000 per occurrence. If a general
aggregate limit applies, either the general aggregate limit shall apply separately to this project/location
or the general aggregate limit shall be twice the required occurrence limit.
13.1.2 Automobile Liability. (If the use of an automobile is involved for Contractor's work for
City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
13.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to satisfaction, a declaration stating this.
13.1.4 Professional Liability.
with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years
following the date of completion of the work.
13.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this
Agreement contain, or are endorsed to contain, the following provisions:
13.2.1 CMWD will be named as an additional insured on General Liability which shall provide
primary coverage to CMWD.
13.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be
written as claims-made coverage.
13.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires
and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance
proceeds in excess of the specified minimum limits of insurance
13.2.4 This insurance will be in force during the life of the Agreement and any extensions of it
and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail
pursuant to the Notice provisions of this Agreement.
13.3 Providing Certificates of Insurance and Endorsements. Prior to execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD.
13.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages,
then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance
or pay the premiums that are due on existing policies in order to maintain the required coverages.
Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD
may collect these payments from Contractor or deduct the amount paid from any sums due Contractor
under this Agreement.
June 24, 2025 Item #6 Page 818 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 6 General Counsel Approved 2/11/2025
13.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and
certified copies of any or all required insurance policies and endorsements.
14. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as
may be amended from time-to-time.
15. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during
normal business hours to examine, audit, and make transcripts or copies of records and any other
documents created pursuant to this Agreement. Contractor will allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of four (4) years from the
date of final payment under this Agreement.
16. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this
Agreement is the property of CMWD. In the event this Agreement is terminated, all work product
produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be
delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for
17. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor
relinquishes all claims to the copyrights in favor of CMWD.
18. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of CMWD and on behalf of Contractor under this Agreement.
For CMWD: For Contractor:
Name Jennifer Chapman Name Dan Ferguson
Title Senior Contract Administrator Title Field Services Manager
Dept Public Works/CM&I Address 9085 Aero Drive Ste B
CARLSBAD MUNICIPAL WATER DISTRICT S , CA 92123
Address 1635 Faraday Ave. Phone 858-531-9777
Carlsbad, CA 92008 Email Daniel.Ferguson@oneatlas.com
Phone 442-339-2780
Each party will notify the other immediately of any changes of address that would require any notice or
delivery to be directed to another address.
19. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which
in any manner affect those employed by Contractor, or in any way affect the performance of the Services
by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and
June 24, 2025 Item #6 Page 819 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 7 General Counsel Approved 2/11/2025
regulations and will be responsible for the compliance of Contractor's services with all applicable laws,
ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will
comply with those requirements, including, but not limited to, verifying the eligibility for employment of
all agents, employees, subcontractors and consultants whose services are required by this Agreement.
20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS
-duty package
delivery vehicles operated in California may be subject to the California Air Resources Board (CARB)
Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce
emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage
at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.
21. DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination, harassment, and retaliation.
22. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will be used
to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties.
Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing.
A copy of such documented dispute will be forwarded to both parties involved along with recommended
methods of resolution, which would be of benefit to both parties. The representative receiving the letter
will reply to the letter along with a recommended method of resolution within ten (10) business days. If
the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will
be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended
by each party and may then opt to direct a solution to the problem. In such cases, the action of the City
Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the
parties from seeking remedies available to them at law.
23. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by
this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned by
CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a
determination of fact based upon the work product delivered to CMWD and of the percentage of work
that Contractor has performed which is usable and of worth to CMWD in having the Agreement
completed. Based upon that finding CMWD will determine the final payment of the Agreement.
CMWD may terminate this Agreement by tendering thirty (30) days written notice to Contractor.
Contractor may terminate this Agreement by tendering thirty (30) days written notice to CMWD. In the
event of termination of this Agreement by either party and upon request of CMWD, Contractor will
assemble the work product and put it in order for proper filing and closing and deliver it to CMWD.
Contractor will be paid for work performed to the termination date; however, the total will not exceed
June 24, 2025 Item #6 Page 820 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 8 General Counsel Approved 2/11/2025
the lump sum fee payable under this Agreement. CMWD will make the final determination as to the
portions of tasks completed and the compensation to be made.
24. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other than a
bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has
not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award
or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul
this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration,
or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or
contingent fee.
25. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be
asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of
litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to
CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor
acknowledges that California Government Code Section 12650 et seq., the False Claims Act applies to this
Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public
entity. These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to
the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor
acknowledges that the filing of a false claim may subject Contractor to an administrative debarment
proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work
or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another
jurisdiction is grounds for City to terminate this Agreement.
26. JURISDICTION AND VENUE
This Agreement shall be interpreted in accordance with the laws of the State of California without regard
to, or application of, choice of law rules or principles. Any action at law or in equity brought by either of
the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a
court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all
provisions of law providing for a change of venue in these proceedings to any other county.
27. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and
their respective successors. Neither this Agreement nor any part of it nor any monies due or to become
due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be
unreasonably withheld.
28. THIRD PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than the
CMWD and Contractor.
29. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along with
the purchase order for this Agreement and its provisions, embody the entire Agreement and
June 24, 2025 Item #6 Page 821 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 9 General Counsel Approved 2/11/2025
understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the
Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be
amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may
be executed in counterparts.
30. PUBLIC AGENCY CLAUSE
Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its
governing body, shall have the option to participate in this contract at the same prices, terms, and
conditions. If another public agency chooses to participate, the term shall be for the term of this contract,
and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely
responsible for the placing of orders, arranging for delivery and/or services, and making payments to the
Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible,
for any obligations, including but not limited to financial responsibility, in connection with participation
by another public agency.
{signatures on following page}
June 24, 2025 Item #6 Page 822 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 10 General Counsel Approved 2/11/2025
31. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor
each represent and warrant that they have the legal power, right and actual authority to bind Contractor
to the terms and conditions of this Agreement.
CONTRACTOR CARLSBAD MUNICIPAL WATER DISTRICT, a
Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carlsbad
Atlas Technical Consultants, LLC, a Delaware
limited liability company
By: By:
(sign here) , President
Yashar Hooshvar, Hub Leader
(print name/title) ATTEST:
By: SHERRY FREISINGER, Secretary
(sign here) By:
Director of Constituent & Clerk Services
(print name/title)
Proper notarial acknowledgment of execution by Contractor must be attached. If a corporation,
Agreement must be signed by one corporate officer from each of the following two groups:
Group A Group B
Chairman,
President, or
Vice-President
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CINDIE K. McMAHON, General Counsel
By:_______________________________
June 24, 2025 Item #6 Page 823 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
PSA25-3826CMI
Page 11 General Counsel Approved 2/11/2025
EXHIBIT A
SCOPE OF SERVICES AND FEE
Contractor shall perform as-needed materials testing services in accordance with the City/CMWD
Request for Qualifications (RFQ25-3671CMI) dated March 5, 2025.
The City/CMWD
within fifteen (15) minutes of the scheduled time and is expected to be prepared to perform the requested
tests and tasks. Costs incurred by the City/CMWD due to time delays created by the materials testing firm
shall be at the expense of said firm. The City/CMWD will make every effort to coordinate work to allow
use of a single technician, but is under no obligation to do so. The City/CMWD may schedule or reschedule
work on a same day basis if a technician is available. The City/CMWD will not be held liable for any test
cancellation that occurred at least two (2) hours prior to the scheduled time. The City/CMWD will only
pay for time spent on site; no charges for mileage or travel time. Rates should be inclusive of vehicle usage
and administrative time, which includes coordination, scheduling, billing, etc. The cost of each test
performed will also be an inclusive rate that includes vehicle usage, the test, the tools needed to perform
the test, the report, pickup and drop off. Time will be billed in 2-hour increments with a 2-hour minimum.
Invoices for services are expected to be reviewed for accuracy before being submitted to the City/CMWD.
If the use of subcontractors is approved by the City/CMWD, they shall be billed at cost plus no more than
10%.
Compaction test reports will be made available in the field at the time of testing where sampling for
maximum densities was made available two (2) days prior to testing of soils and aggregates, and the same
day for asphalt concrete. When proctors for maximum densities are not available on the day of testing,
compaction test results shall be available no later than the next day. Contractor will prepare and submit
a formal report as soon as that segment of work is completed or when otherwise requested by the
City/CMWD.
June 24, 2025 Item #6 Page 824 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
$190
$250
$250
$215
$215
$190
$190
$142
$142
$142
$142
$142
$146
$146
$146
Professional (Engineering, Geology)
Director/Principal Professional $250
Senior Professional $215
Project Professional $190
Staff Professional $160
Drafter Level II $120
Drafter Level I $110
Project ManagementSenior Project Manager $210
Project Manager $190
Project Controller $95
Field Services (Geotechnical, Special Inspection)Field Supervisor $190
Off Site Inspector $146
Laboratory Technician $100
Group 1 (Field Soils, Material Tester)$142
Group 2 (Special Inspection)$146
Group 3 (NDT Testing)$149
Group 4 (Coring)$140
NACE Inspector $175
Travel, Equipment, and Miscellaneous
Sample Pick Up $100/hour
Vehicle/Truck $100/day
Nuclear Gauge $50/day
Torque Wrench $50/day
Pull Testing $75/day
Air Meter $50/day
NDT Equipment $60/day
Coring Equipment $95/day
Travel Time
Overtime and Saturday Rate
Sunday and Nationally Recognized Holiday Rate
Rush Surcharge
Per Diem (variable, depending on location)
Specialty Equipment Surcharge
MASTER AGREEMENT RATE SCHEDULE
STAFF
Daniel Ferguson
PROFESSIONAL SERVICES
Hourly Rate
1.5 x Regular Hourly Rate
2 x Regular Hourly Rate
Normal Rate Plus 50%
Quote
Quote
Peter SteinGillette
Ismael Gonzalez
Chris Castaneda
Nate Bachour
Sam Carbajal
Austin Hill
Daniel Broyles
Chad Bartley
Anthony Strewart
Raul Tena
Senior Professional
Erick Aldrich
Morteza Mirshekari
Dale Bodman
Bryan Rall
Special Inspector
TITLE HOURLY RATE
Field Technician
Field Technician
Field Technician
Special Inspector
Special Inspector
Senior Geologist
Director of Lab Services
Field Services Manager
Field Technician
Field Technician
Project Manager
Principal Engineer
Senior Professional
CITY OF CARLSBAD - PUBLIC WORKS
MASTER AGREEMENT CONSULTANT SERVICES: RFQ25-3671CMI - CATEGORY 3
PSA25-3826CMI; Exhibit "A" (cont.)
June 24, 2025 Item #6 Page 825 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
Soil and AggregateCalifornia Bearing Ratio (ASTM D854) $515
California Impact (Cal 216)$255
Clay Lumps in Aggregate (ASTM C142)$185
Cleanness Value (Cal 227)$245
Compressive Strength of Rock Core (ASTM D7012) $320
Consolidation (ASTM D2435)$245
Corrosivity Testing (Soluble Chlorides and Sulfates, pH and Resistivity)$230
Crushed Particles (Cal 205, ASTM D5821)$185
Direct Shear (ASTM D3080)$320
Durability Factor (Cal 229, ASTM D3744)$120
Durability Index (Cal 229, ASTM D3744)$275
Expansion Index (ASTM D4829)$220
Fine Aggregate Angularity (AASHTO T304)$245
Fineness Modulus (ASTM C136)$35
Flat & Elongated Pieces (ASTM D4791)$215
Light Weight Pieces (ASTM C123)$125
Liquid Limit (Cal 204, ASTM D4318)$95
Los Angeles Abrasion (Cal 211, ASTM C131)$275
Maximum Density Check Point (ASTM D698/D1557)$110
Maximum Density/Optimum Moisture – 4 inch (ASTM D698, D1557)$245
Maximum Density/Optimum Moisture – 6 inch (ASTM D698, D1557)$270
Minimum Density (ASTM D1556)$95
Moisture Content (Cal 226, ASTM C566, ASTM D2216)$45
Natural Density Chunk Sample (ASTM D2937)$55
Natural Moisture/Density Ring or Core Sample (ASTM D2937)$50
One-Dimensional Swell or Collapse of Soils – per point (ASTM D4546)$235
Organic Impurities (Cal 213, ASTM C40)$115
Organic Matter (ASTM D2974)$95
Percent Finer than #200 (ASTM C117, ASTM D1140)$90
Permeability Remold Sample (ASTM D2434)$245
Permeability Remold Sample (ASTM D5084)
Permeability Undisturbed Sample (ASTM D5084)
Petrographic Analysis (Cal 215, ASTM C295)
pH & Resistivity (Cal 643, ASTM G51)$155
Plasticity Index (Cal 204, ASTM 4318)$160
Potential Reactivity (ASTM C289)$270
Residual Shear (ASTM D6467)$545
Rock Correction (ASTM D4718)$35
R-Value (Cal 301, ASTM D2844)$340
Sand Castle Test (USACE)$240
Sand Equivalent (Cal 217, ASTM D2419)$110
Sieve Analysis (ASTM C136, ASTM D6913, Cal 202)$135
Sieve Analysis with Hydrometer (Cal 203, ASTM D422)$245
Soil Cement Compression Strength (Cal 312, ASTM D1633)$65
Soil Cement Cylinder Fabrication (Cal 312, ASTM D1632)$125
Soil Cement Mixtures, Wetting and Drying (ASTM D559)$1,400
Soluble Chlorides (Cal 422)$80
Soluble Sulfate (Cal 417)$80
Soundness 5 Cycles (Cal 214, ASTM C88)$260
Specific Gravity Coarse Aggregate (Cal 206, ASTM C127)$145
Quote
Quote
Quote
LABORATORY TESTS
CITY OF CARLSBAD - PUBLIC WORKS
MASTER AGREEMENT CONSULTANT SERVICES: RFQ25-3671CMI - CATEGORY 3
PSA25-3826CMI; Exhibit "A" (cont.)
June 24, 2025 Item #6 Page 826 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
Soil and Aggregate ContinuedSpecific Gravity Fine Aggregate (Cal 207, ASTM C128)$145
Thermal Resistivity of Soils (remolded sample) (IEEE 422) $1,285
Triaxial Shear Consolidated – Undrained (ASTM D4767)
Triaxial Shear Unconsolidated – Undrained (ASTM D2850)
Triaxial Staged Consolidated – Undrained (ASTM D4767)
Triaxial Staged Unconsolidated – Undrained (ASTM D2850)
Unconfined Compression (ASTM D2166)$200
Unit Weight Aggregate (Cal 212, ASTM C29)$100
Asphalt ConcreteAsphalt Core Specific Gravity (Cal 308, ASTM D2726)$85
Asphalt Core Specific Gravity Waxed (Cal 308, ASTM D1188)$105
Emulsion Content (CTM 382)$220
Film Stripping (Cal 302)
Gyratory Compacted Maximum Specific Gravity (AASHTO T312)$430
Hamburg Wheel Plant Produced HMA (AASHTO T324/Caltrans Section 39)$1,105
Hveem Maximum Bulk Specific Gravity (Cal 308)$370
Hveem & Stabilometer Value (Cal 366)$490
Ignition Oven Correction Factor (AASHTO T308)$310
Ignition Oven Degradation Factor (AASHTO T308)$310
Marshall Density Stability & Flow (ASTM D6927)$490
Marshall Density (ASTM D6926)$370
Moisture Content of Asphalt Mixtures Using Microwave (Cal 370)$65
Moisture Vapor Susceptibility (Cal 307)
Optimum Bitumen Content (AASHTO R35/Cal 367) $3,750
Percent Bitumen Asphaltic Concrete (Cal 382, ASTM D6307)$220
Residue by Evaporation (Cal 331)$220
Rice Maximum Theoretical Specific Gravity AC (Cal 309, ASTM D2041)$165
Sieve Analysis Extracted Aggregate (Cal 382, ASTM D5444)$115
Stability and Flow (ASTM D1559)$430
Stabilometer Value (Cal 366)$430
Tensile Strength Ratio Plant Produced HMA (AASHTO T283)$1,105
Wet Track Abrasion (ASTM D3910)$230
Concrete2X2 Cube Compression $35
Chloride Ion Testing (ASTM C1218)$270
Concrete Core Compression (ASTM C42)$75
Concrete Cylinder Compression (Cal 521, ASTM C39)$35
Flex Beam Modulus of Rupture (Cal 523, ASTM C78)$95
Modulus of Elasticity (Cal 522, ASTM C469)$320
Shotcrete Mockup Panel (ASTM C1140) $1,275
Shotcrete Panel, 3 Cores Compression (CBC)$360
Shrinkage Hardened Concrete (ASTM C157 Modified)$455
Split Tensile Concrete Cylinder (ASTM C496)$95
Time of Set (ASTM C403)$245
Trial Batch Fabrication (ASTM C192)$375
Unit Weight Hardened Concrete (ASTM C642)$70
Unit Weight Lightweight Concrete (ASTM C567)$90
MasonryAbsorption Block (ASTM C140) $145
Compression Adobe $195
Compression Block Standard (ASTM C140)$185
Compression Brick (ASTM C67)$145
Efflorescence Block $215
Quote
Quote
Quote
Quote
Quote
Quote
CITY OF CARLSBAD - PUBLIC WORKS
MASTER AGREEMENT CONSULTANT SERVICES: RFQ25-3671CMI - CATEGORY 3
PSA25-3826CMI; Exhibit "A" (cont.)
June 24, 2025 Item #6 Page 827 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36
Masonry ContinuedEfflorescence Brick (ASTM C67)$215
Grout Prism Compression (ASTM C1019)$35
Masonry Core Compression (ASTM C42)$65
Masonry Core Shear (CBC 2105A.4)$120
Masonry Prism Compression (ASTM E447)$185
Modulus of Elasticity (Masonry Prism) $310
Mortar Bond Strength Pull Test (ASTM C482)$80
Mortar Cylinder Compression $35
Mortar Shear Strength (ANSI 118)$125
Relative Mortar Strength (Cal 515) $1,045
Shrinkage Masonry Block (ASTM C426)$310
Trial Grout Prisms (ASTM C942)$50
Water Retention and Air Content (ASTM C270)$675
MetalBolt Assembly Hardness Test $95
Bolt Assembly Tensile & Proof Load Test $155
Chemical Analysis $235
Modulus of Elasticity (Steel)$320
Post-Tension Tendon Tensile Testing $230
Tensile Strength & Bend Test Structural Steel (ASTM A370)$235
Tensile Strength & Bend Test Reinforcing Steel (ASTM A615/A706)$155
Tensile Strength #14 to #18 Bar (ASTM A615)
Tensile Strength Mechanical Splices #9 and Smaller (Cal 670)
Tensile Strength Mechanical Splices #10 to #14 (Cal 670)
Tensile Strength Mechanical Splices #18 (Cal 670)
MiscellaneousFireproofing Density Test (ASTM E605) $100
Fiber Reinforced Polymer Tensile (ASTM D3039)$705
Material Preparation $105
SFRM Adhesion/Cohesion Kit $55
Relative Humidity Test (ASTM F2170) $100/kit
Concrete Vapor Emission Kits (ASTM F1869) $90/kit
Miscellaneous Charges
Default Expense
Various
Various
Quote
Quote
Quote
Quote
CITY OF CARLSBAD - PUBLIC WORKS
MASTER AGREEMENT CONSULTANT SERVICES: RFQ25-3671CMI - CATEGORY 3
PSA25-3826CMI; Exhibit "A" (cont.)
June 24, 2025 Item #6 Page 828 of 1064
Docusign Envelope ID: 063721B4-05C7-4FBA-B778-2349BC8C3E36