HomeMy WebLinkAboutNinyo & Moore Geotechnical & Environmental Sciences Consultants; 2025-06-24; PSA25-3741CAPSA25-3741CA
1
MASTER AGREEMENT FOR GEOTECHNICAL SERVICES
NINYO & MOORE GEOTECHNICAL & ENVIRONMENTAL SCIENCES CONSULTANTS
THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day June, 2025, but
effective July 1, 2025, by and between the City of Carlsbad, California, a municipal corporation, ("City"),
and Ninyo & Moore Geotechnical & Environmental Sciences Consultants, a California corporation
("Contractor").
RECITALS
A. City requires the professional services of a consultant that is experienced in geotechnical
services.
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 geotechnical.
D. Contractor has submitted a proposal to the city responsive to Request for Qualifications
RFQ25-3437CA 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, City and Contractor agree as follows:
1. SCOPE OF WORK
City 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
Agreement’s terms and conditions.
Contractor’s obligations with respect to any project granted to Contractor under this Agreement will be
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 for a period of three (3) years from July 1, 2025, through June
30, 2028. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year(s)
periods or parts of a year. Extensions will be based upon a satisfactory review of Contractor’s
performance, City needs, and appropriation of funds by the City Council. 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 City 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 City Manager or the Division Director
(“Director”) as authorized by the City Manager. The City Manager or Director will give allowance for
June 24, 2025 Item #6 Page 182 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
24th24th
PSA25-3741CA
2
documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight
on the part of Contractor, or delays caused by City 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 five hundred
thousand dollars ($500,000). Fees will be paid on a project-by-project basis and will be based on
Contractor’s Schedule of Rates specified in Exhibit “A”. Payment terms are Net 30 unless otherwise
provided in Exhibit “A”. Payment terms are Net 30 unless otherwise provided in Exhibit “A” or agreed to
in writing by the parties. Prior to initiation of any project work by Contractor, City shall prepare a Project
Task Description and Fee Allotment ("Task Description") which, upon signature by Contractor and for City,
the City Manager or Director, 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.
If the City elects to extend the term of the Master Services Agreement, adjustments to the rate schedule
may be permitted. Upon receipt of a written request from the Contractor, the City may consider approving
a rate schedule increase. Rate schedule increases will be considered for each anniversary of the
Agreement effective date after the initial three-year term. An increase to the rate schedule will be
calculated based on the proceeding 12-month percentage change in the Consumer Price Index, San Diego
Area, for All Urban Customers (CPI-U), as reported by the Bureau of Labor Statistics or 5.0%, whichever is
lower. If the CPI-U is a negative number, then the rate schedule will not be adjusted for that year. The
Contractor must submit a request and justification to increase the rate schedule at least sixty days prior
to the anniversary of the effective date, assuming the City opt to extend the Master Services Agreement.
The justification accompanying the written request should detail the rationale for the requested
adjustment, and the requested adjustment amount, supported by relevant documentation (e.g., CPI-U or
5.0%, whichever is less). Approval of rate schedule increase by the City must be documented in an
amendment to the Agreement.
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 Agreement constitute “public works” under
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
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
June 24, 2025 Item #6 Page 183 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
3
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 the Owner’s Procore
(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
dynamic by improving information flow, reducing non-productive activities, reducing rework and
decreasing turnaround times. The 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 Engineer approves otherwise, the 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. The 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 the
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 the 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, RFIs, 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 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 City. Contractor will be under control of
City only as to the result to be accomplished, but will consult with City as necessary. The persons used by
Contractor to provide services under this Agreement will not be considered employees of City for any
purposes.
The payment made to Contractor pursuant to this Agreement will be the full and complete compensation
to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of
Contractor or its agents, employees or subcontractors. City 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 City within thirty (30) days for any tax, retirement
contribution, social security, overtime payment, unemployment payment or workers' compensation
payment which City may be required to make on behalf of Contractor or any agent, employee, or
subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct
the indemnification amount from any balance owing to Contractor.
June 24, 2025 Item #6 Page 184 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
4
9. CONTRACTOR EVALUATIONS
Work performed under this Master Services Agreement may be subject to the City’s contractor evaluation
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 criteria and process. The Contractor’s performance
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 City. If
Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and
omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the
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 City. 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 City.
11. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
12. INDEMNIFICATION
Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City
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.
If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s
performance as a “design professional” (as that term is defined under 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’s indemnification obligation shall be limited to claims that
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. Contractor’s
liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate
percentage of fault.
The parties expressly agree that any payment, attorneys fee, cost or expense City incurs or makes to or
on behalf of an injured employee under the City’s self-administered workers’ compensation program is
included as a loss, expense or cost for 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
connection with performance of the services by Contractor or Contractor’s agents, representatives,
employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and
June 24, 2025 Item #6 Page 185 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
5
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 California’s List of
Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”;
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
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 (CGL) Insurance. Insurance written on an “occurrence” basis,
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 City's satisfaction, a declaration stating this.
13.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession
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 The City will be named as an additional insured on Commercial General Liability which
shall provide primary coverage to the City.
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 and coverage will be available to the City.”
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 City sent by certified mail pursuant
to the Notice provisions of this Agreement.
June 24, 2025 Item #6 Page 186 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
6
13.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
13.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages,
then City 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 City to obtain or maintain insurance and City may collect these
payments from Contractor or deduct the amount paid from any sums due Contractor under this
Agreement.
13.5 Submission of Insurance Policies. City 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 City 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 City. 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 City. Contractor will have the right to make one (1) copy of the work product for Contractor’s
records.
17. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor
relinquishes all claims to the copyrights in favor of City.
18. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on behalf
of City and on behalf of Contractor under this Agreement are:
For City: For Contractor:
Name Eleida Felix Yackel Name
Title Senior Contract Administrator Title
Dept Public Works/ Contract Admin Address
CITY OF CARLSBAD
Address 1635 Faraday Ave. Phone
Carlsbad, CA 92008 Email
June 24, 2025 Item #6 Page 187 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
7
Phone 442-339-2767
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
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
Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-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 City 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, City may terminate
this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City
decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City
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 City and all work in progress to
City at the address contained in this Agreement. City will make a determination of fact based upon the
work product delivered to City and of the percentage of work that Contractor has performed which is
June 24, 2025 Item #6 Page 188 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
8
usable and of worth to City in having the Agreement completed. Based upon that finding City will
determine the final payment of the Agreement.
City 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 City. In the event of
termination of this Agreement by either party and upon request of City, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for
work performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City 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, City 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 City 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
City, 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 City 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. JURISDICTIONS 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 City 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 City, which shall not be
unreasonably withheld.
June 24, 2025 Item #6 Page 189 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
9
28. THIRD-PARTY RIGHTS
Nothing in this Agreement should be construed to give any rights or benefits to any party other than the
City 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
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.
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.
{signatures on following page}
June 24, 2025 Item #6 Page 190 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
10
CONTRACTOR
NINYO & MOORE GEOTECHNICAL &
ENVIRONMENTAL SCIENCES
CONSULTANTS, a California corporation
CITY OF CARLSBAD, a municipal
corporation of the State of California
By: By:
(sign here) Keith Blackburn, Mayor
Avram Ninyo, President and CFO
(print name/title) ATTEST:
By:SHERRY FREISINGER, City Clerk
(sign here) By:
Faviola Medina,
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, City Attorney
BY: _____________________________
June 24, 2025 Item #6 Page 191 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3741CA
11
EXHIBIT A
SCOPE OF SERVICES AND FEES
Perform a variety of tasks related to geotechnical services, as outlined in the individual Project Task
Descriptions and Fee Allotments (PTD&FA), including but not limited to the following:
A. Geotechnical Investigations.
B. Hazardous Material Evaluations.
C. Materials Testing.
D. Groundwater Monitoring Well Installations.
Requests for work not listed above must be contracted under separate agreement.
June 24, 2025 Item #6 Page 192 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
2Ninyo & Moore | City of Carlsbad Master Services Agreement for Geotechnical Services | P02-03528 | December 31, 2024
STAFF
Name Title Hourly Rate
PSA25-3741CA
12June 24, 2025 Item #6 Page 193 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
3Ninyo & Moore | City of Carlsbad Master Services Agreement for Geotechnical Services | P02-03528 | December 31, 2024
PSA25-3741CA
13June 24, 2025 Item #6 Page 194 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
4Ninyo & Moore | City of Carlsbad Master Services Agreement for Geotechnical Services | P02-03528 | December 31, 2024
PSA25-3741CA
14
----------------------------------------------------------------------------------------------------------------------------------------------------
-------------------------------------------------------------------
June 24, 2025 Item #6 Page 195 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
5Ninyo & Moore | City of Carlsbad Master Services Agreement for Geotechnical Services | P02-03528 | December 31, 2024
SOILS CONCRETE
Atterberg Limits, D 4318, CT 204 ........................................................$ 170 Compression Tests, 6x12 Cylinder, C 39 .............................................. $ 35
California Bearing Ratio (CBR), D 1883 ..............................................$ 550 Concrete Mix Design Review, Job Spec ............................................... $ 300
Chloride and Sulfate Content, CT 417 & CT 422 ................................$ 175 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI .......................... $ 850
Consolidation, D 2435, CT 219 ............................................................$ 300 Concrete Cores, Compression (excludes sampling), C 42 ................... $ 120
Consolidation, Hydro-Collapse only, D 2435 .......................................$ 150 Drying Shrinkage, C 157 ....................................................................... $ 400
Consolidation – Time Rate, D 2435, CT 219 .......................................$ 200 Flexural Test, C 78 ................................................................................ $ 85
Direct Shear – Remolded, D 3080 .......................................................$ 350 Flexural Test, C 293 .............................................................................. $ 85
Direct Shear – Undisturbed, D 3080 ....................................................$ 300 Flexural Test, CT 523 ............................................................................ $ 95
Durability Index, CT 229 ......................................................................$ 175 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI ........... $ 275
Expansion Index, D 4829, IBC 18-3 ....................................................$ 190 Lightweight Concrete Fill, Compression, C 495 .................................... $ 80
Expansion Potential (Method A), D 4546 ............................................$ 170 Petrographic Analysis, C 856 ................................................................ $ 2,000
Geofabric Tensile and Elongation Test, D 4632 ..................................$ 200 Restrained Expansion of Shrinkage Compensation ............................. $ 450
Hydraulic Conductivity, D 5084 ............................................................$ 350 Splitting Tensile Strength, C 496 ........................................................... $ 100
Hydrometer Analysis, D 6913, CT 203 ................................................$ 220 3x6 Grout, (CLSM), C 39 ....................................................................... $ 55
Moisture, Ash, & Organic Matter of Peat/Organic Soils ......................$ 120 2x2x2 Non-Shrink Grout, C 109 ........................................................... $ 55
Moisture Only, D 2216, CT 226 ...........................................................$ 35
Moisture and Density, D 2937..............................................................$ 45 ASPHALT
Permeability, CH, D 2434, CT 220 ......................................................$ 300 Air Voids, T 269 ..................................................................................... $ 85
pH and Resistivity, CT 643 ..................................................................$ 175 Asphalt Mix Design, Caltrans (incl. Aggregate Quality) ........................ $ 4,500
Proctor Density D1557, D 698, CT 216, AASHTO T-180 ....................$ 220 Asphalt Mix Design Review, Job Spec .................................................. $ 180
Proctor Density with Rock Correction D 1557 .....................................$ 340 Dust Proportioning, CT LP-4 ................................................................. $ 85 R-value, D 2844, CT 301 .....................................................................$ 375 Extraction, % Asphalt, including Gradation, D 2172, CT 382 ............... $ 250
Sand Equivalent, D 2419, CT 217 .......................................................$ 125 Extraction, % Asphalt without Gradation, D 2172, CT 382 ................... $ 150
Sieve Analysis, D 6913, CT 202 ..........................................................$ 145 Film Stripping, CT 302 ........................................................................... $ 120
Sieve Analysis, 200 Wash, D 1140, CT 202 ........................................$ 100 Hveem Stability and Unit Weight D 1560, T 246, CT 366 ..................... $ 225
Specific Gravity, D 854 ........................................................................$ 125 Marshall Stability, Flow and Unit Weight, T 245 ................................... $ 240
Thermal Resistivity (ASTM 5334, IEEE 442) .......................................$ 925 Maximum Theoretical Unit Weight, D 2041, CT 309 ............................. $ 150
Triaxial Shear, C.D, D 4767, T 297 ......................................................$ 550 Moisture Content, CT 370 ..................................................................... $ 95
Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt ............$ 450 Moisture Susceptibility and Tensile Stress Ratio, T 238, CT 371 ......... $ 1,000 Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt ....................... $ 350 Slurry Wet Track Abrasion, D 3910 ....................................................... $ 150
Triaxial Shear, U.U., D 2850 ................................................................$ 250 Superpave, Asphalt Mix Verification (incl. Aggregate Quality) ............. $ 4,900
Unconfined Compression, D 2166, T 208 ...........................................$ 180 Superpave, Gyratory Unit Wt., T 312 .................................................... $ 100
Superpave, Hamburg Wheel, 20,000 passes, T 324 ............................ $ 1,000 MASONRY Unit Weight sample or core, D 2726, CT 308 ....................................... $ 100
Brick Absorption, 24-hour submersion, 5-hr boiling, 7-day, C 67 ........$ 70 Voids in Mineral Aggregate, (VMA) CT LP-2 ........................................ $ 90
Brick Compression Test, C 67 .............................................................$ 55 Voids filled with Asphalt, (VFA) CT LP-3 ............................................... $ 90 Brick Efflorescence, C 67 .....................................................................$ 55 Wax Density, D 1188 ............................................................................ $ 140
Brick Modulus of Rupture, C 67 ...........................................................$ 50
Brick Moisture as received, C 67 .........................................................$ 45 AGGREGATES
Brick Saturation Coefficient, C 67 ........................................................$ 60 Clay Lumps and Friable Particles, C 142 .............................................. $ 180
Concrete Block Compression Test, 8x8x16, C 140 .............................$ 70 Cleanness Value, CT 227 ..................................................................... $ 180
Concrete Block Conformance Package, C 90 .....................................$ 500 Crushed Particles, CT 205 .................................................................... $ 175
Concrete Block Linear Shrinkage, C 426.............................................$ 200 Durability, Coarse or Fine, CT 229 ........................................................ $ 205 Concrete Block Unit Weight and Absorption, C 140 ............................$ 70 Fine Aggregate Angularity, ASTM C 1252, T 304, CT 234 ................... $ 180
Cores, Compression or Shear Bond, CA Code ...................................$ 70 Flat and Elongated Particle, D 4791 ..................................................... $ 220
Masonry Grout, 3x3x6 prism compression, C 39 ................................$ 45 Lightweight Particles, C 123 .................................................................. $ 180
Masonry Mortar, 2x2 cube compression, C 109 ..................................$ 35 Los Angeles Abrasion, C 131 or C 535 ................................................. $ 200
Masonry Prism, half size, compression, C 1019 .................................$ 120 Material Finer than No. 200 Sieve by Washing, C 117 ......................... $ 90
Masonry Prism, Full size, compression, C 1019 .................................$ 200 Organic Impurities, C 40 ........................................................................ $ 90
Potential Alkali Reactivity, Mortar Bar Method, Coarse, C 1260 .......... $ 1,250
REINFORCING AND STRUCTURAL STEEL Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 ............... $ 950
Chemical Analysis, A 36, A 615 ...........................................................$ 135 Potential Reactivity of Aggregate (Chemical Method), C 289 ............... $ 475
Fireproofing Density Test, UBC 7-6 .....................................................$ 90 Sand Equivalent, T 176, CT 217 ........................................................... $ 125
Hardness Test, Rockwell, A 370 ..........................................................$ 80 Sieve Analysis, Coarse Aggregate, T 27, C 136 ................................... $ 120 High Strength Bolt, Nut & Washer Conformance, Sieve Analysis, Fine Aggregate (including wash), T 27, C 136 ............ $ 145
per assembly, A 325 .......................................................................$ 150 Sodium Sulfate Soundness, C 88 ......................................................... $ 450
Mechanically Spliced Reinforcing Tensile Test, ACI ...........................$ 175 Specific Gravity and Absorption, Coarse, C 127, CT 206 ..................... $ 115
Pre-Stress Strand (7 wire), A 416 ........................................................$ 170 Specific Gravity and Absorption, Fine, C 128, CT 207 ......................... $ 175 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 .................$ 75
Structural Steel Tensile Test: Up to 200,000 lbs., A 370 .....................$ 90 ROOFING
Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ..................$ 80 Roofing Tile Absorption, (set of 5), C 67 ............................................... $ 250
Roofing Tile Strength Test, (set of 5), C 67 ........................................... $ 250
Special preparation of standard test specimens will be charged at the technician’s hourly rate.
Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures.
PSA25-3741CA
15June 24, 2025 Item #6 Page 196 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2