HomeMy WebLinkAboutVerdantas Inc.; 2025-06-24; PSA25-3817CMIPSA25-3817CMI
Page 1 City Attorney Approved Version 2/11/2025
MASTER AGREEMENT FOR AS-NEEDED MATERIALS TESTING SERVICES
VERDANTAS INC.
THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day
of ___________________, 2025, but effective August 18, 2025, by and between the City of Carlsbad,
California, a municipal corporation ("City"), and Verdantas Inc., a California corporation. ("Contractor").
RECITALS
A.City 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 the city 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, City and Contractor agree as follows:
1.SCOPE OF WORKCity 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 from the date first above written to Aug. 17, 2028. The City
Manager may amend the Agreement to extend it for two (2) additional one (1) year 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) daysafter receipt of notification to proceed by City and be completed within the time specified in the TaskDescription 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
Attachment Y
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 365 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
June
24th
PSA25-3817CMI
Page 2 City Attorney Approved Version 2/11/2025
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 six hundred
thousand dollars ($600,000) per Agreement year. If the City extends 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-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” 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.
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 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 City’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. 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
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 366 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 3 City Attorney Approved Version 2/11/2025
Engineer approves otherwise, Contractor shall process all project documents through Procore because
this platform will be used to submit, track, distribute and collaborate on projects. 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 Contractor’s 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 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
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 the 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.
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
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 367 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 4 City Attorney Approved Version 2/11/2025
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
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.
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 368 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 5 City Attorney Approved Version 2/11/2025
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.
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.
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 369 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 6 City Attorney Approved Version 2/11/2025
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 Jennifer Chapman Name Kristen D. Williams
Title Senior Contract Administrator Title Area Leader/Vice President
Dept Public Works/CM&I Address 3934 Murphy Canyon Rd., Ste. B-205
CITY OF CARLSBAD San Diego, CA 92123
Address 1635 Faraday Ave. Phone 858-292-8030
Carlsbad, CA 92008 Email kwilliams@verdantas.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 LAWSContractor will keep fully informed of federal, state and local laws and ordinances and regulations whichin any manner affect those employed by Contractor, or in any way affect the performance of the Servicesby Contractor. Contractor will at all times observe and comply with these laws, ordinances, andregulations and will be responsible for the compliance of Contractor's services with all applicable laws,ordinances and regulations.
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 370 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 7 City Attorney Approved Version 2/11/2025
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 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
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 371 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 8 City Attorney Approved Version 2/11/2025
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 attorneys 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.
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
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 372 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 9 City Attorney Approved Version 2/11/2025
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.AUTHORITYThe individuals executing this Agreement and the instruments referenced in it on behalf of Contractoreach represent and warrant that they have the legal power, right and actual authority to bind Contractorto the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal corporation of
the State of California VERDANTAS INC., a California corporation
By: By:
(sign here) KEITH BLACKBURN, Mayor
Kristen D. Williams, Vice President
(print name/title) ATTEST:
By: SHERRY FREISINGER, City Clerk
(sign here) By:
Pat Sheridan, CFO 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: _____________________________
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 373 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PSA25-3817CMI
Page 10 City Attorney Approved Version 2/11/2025
EXHIBIT A
SCOPE OF SERVICES AND FEES
Contractor shall perform as-needed materials testing services in accordance with the City’s Request for
Qualifications (RFQ25-3671CMI) dated March 5, 2025.
The City will normally schedule work on a prior day basis. The firm’s technical shall be onsite 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 due to time delays created by the materials testing firm shall be at the
expense of said firm. The City will make every effort to coordinate work to allow use of a single technician,
but is under no obligation to do so. The City may schedule or reschedule work on a same day basis if a
technician is available. The City will not be held liable for any test cancellation that occurred at least two
(2) hours prior to the scheduled time. The City 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.
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.
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 374 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PUBLIC WORKS – REQUEST FOR QUALIFICATIONS RFQ25-3671CMI
2025 Master Agreement Consultant Services
for Construction Management & Inspection Services
SAMPLE MASTER AGREEMENT RATE SCHEDULE Prices
valid through initial Term of Agreement
STAFF
NAME TITLE HOURLY RATE
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
EXPENSES
DESCRIPTION COST % MARKUP
1.
2.
3.
4.
13.
14.
Robert Stroh, PG, CEG
Nicholas Tracy, PE, GE
Steve Norton, PE, PG
Project Manager
Quality Reviewer
Project Engineer
Roy Butz, PG, CEG Associate Geologist
Todd Schmitz, PG, CEG Senior Project Engineer
Roderick Marcia, PE Principal Materials Engineer
Matthew Vinet Lab Manager
Siegert (Lynn) Reid Field Supervisor
Aston James Field Materials Tester
Michael Colburn Field Materials Tester
Neil Carey Field Materials Tester
Louis Parrella Lab Technician
Edwin Panopio Field Materials Tester
Stacy Weimer Senior Special Inspector
$265.00
$235.00
$190.00
$235.00
$215.00
$150.00
$185.00
$115.00
$115.00
$115.00
$115.00
$115.00
$115.00
$265.00
please see the attached fee schedule and
fee sheet for testing services and equipment
PSA25-3817CMI; Exhibit "A" (cont.)
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 375 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
PUBLIC WORKS – REQUEST FOR QUALIFICATIONS RFQ25-3671CMI
2025 Master Agreement Consultant Services
for Construction Management & Inspection Services
EXHIBIT B – SAMPLE MASTER AGREEMENT RATE SCHEDULE
Prices valid through initial Term of Agreement
SUB-CONSULTANTS
NAME/FIRM TITLE HOURLY RATE
1.
2.
3.
9.
10.
Please see the attached fee schedules
PSA25-3817CMI; Exhibit "A" (cont.)
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 376 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
West 1/29/2025 Staff-15v1 AggPW+veh
2025 AMENDED BILLING RATE SCHEDULE (Verdantas West)
Professional Services Hourly Rate Support Cont’d Hourly Rate
Senior Consultant I, Associate $235.00 Administrative//Technical $90.00
Senior Consultant II, Principal $265.00 Editor/ Project Coordinator I
Senior Consultant III, Sr. Principal $310.00 Administrative//Technical $105.00
Project Manager $190.00 Editor/Project Coordinator II
Senior Project Manager $215.00 Operations / Laboratory Manager $185.00
Field/Lab Supervisor $150.00
Staff Engineer/Scientist/Geologist $155.00
Senior Staff Engineer/Scientist/Geologist $165.00 CAD/GIS/Data Management Hourly Rate
Project Engineer/Scientist/Geologist $190.00 CAD Designer I $145.00
Senior Engineer/Scientist/Geologist $215.00 CAD Designer II $160.00
Project Designer $165.00
Support Hourly Rate Senior Project Designer $185.00
Field/Lab Technician I $90.00 CAD Technician I $125.00
Field/Lab Technician II/Special Inspector $100.00 CAD Technician II $140.00
Field/Lab Technician III/Special Inspector II $105.00 CAD Technician III $150.00
Senior Technician/Senior Special Inspector $115.00
Source Inspector $135.00 GIS Analyst I $150.00
System Operation & Maintenance Specialist $150.00 GIS Analyst II $160.00
Non-Destructive Testing (NDT) Specialist $170.00 Senior GIS Analyst $210.00
Prevailing Wage (Group 1) * $145.00 GIS Technician I $125.00
Prevailing Wage (Group 2) * $158.00 GIS Technician II $145.00
Prevailing Wage (Group 3) * $160.00
City of Los Angeles Deputy Building/ $160.00 Data Manager $165.00
Grading Inspector Senior Data Manager $185.00
PSA25-3817CMI; Exhibit "A" (cont.)
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 377 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
West 1/29/2025 Staff-15v1 AggPW+veh
GEOTECHNICAL LABORATORY TESTING
METHOD $/TEST METHOD $/TEST
Classification & Index Properties Soil Chemistry & Corrosivity cont’d
Photograph of sample 15 Sulfate content - by ion chromatograph (CTM 417 Part 2) 85
Moisture content (ASTM D2216) 25 Sulfate screen (Hach®) 35
Moisture & density (ASTM D2937) ring samples 37 Chloride content (AASHTO T291/CTM 422) 75
Moisture & density (ASTM D2937) Shelby tube or cutting 45 pH + minimum resistivity (CTM 643) 140
Atterberg limits 3 points (ASTM D4318) 160 Chloride content – by ion chromatograph (AASHTO 85
-Single point, non-plastic 90 T291/CTM 422)
-Atterberg limits (organic ASTM D2487 / D4318)195 Corrosion suite: minimum resistivity, sulfate, chloride, 285
-Visual classification as non-plastic (ASTM 15 pH (CTM 643)
D2488) Particle size:Organic matter content (ASTM D2974) 70
-Sieve only 1½ inch to #200 (AASHTO T27/ASTM 155 Consolidation & Expansion/Swell Tests
C136/ASTM D6913/CTM 202)Consolidation (ASTM D2435): 210
-Large sieve 6 inch to #200 (AASHTO T27/ASTM 195 Each additional time curve. 50
C136/ASTM D6913/CTM 202)Each additional load/unload w/o time reading 45
-Hydrometer only (ASTM D7928)120 Expansion Index (ASTM D4829) 140
-Sieve + hydrometer ≤3 inch sieve, (ASTM D7928)200 Relative compaction of untreated/treated soils/ 270
-Percent passing #200 sieve, wash only (ASTM D1140)75 aggregates (CTM 216)
Specific gravity and absorption of fine aggregate 140 Relative density 0.1 ft mold (ASTM D4253, D4254) 250
(AASHTO T84/ASTM C128/ASTM D854/CTM 207)California Bearing Ratio (ASTM D1883) - 3 point 535
Specific gravity and absorption of coarse aggregate 110 California Bearing Ratio (ASTM D1883) - 1 point 200
(AASHTO T85/ASTM C127/CTM 206)R-Value untreated soils/aggregates (AASHTO T190/335
Total porosity - on Shelby tube sample (calculated)180 ASTM D2844/CTM 301)
Total porosity - on other sample (calculated)165 R-Value lime or cement treated soils/aggregates 365
Shrinkage limits wax method (ASTM D4943)135 (AASHTO T190/ ASTM D2844/CTM 301)
Pinhole dispersion (ASTM D4647)225 Swell collapse Method A up to 10 load/unloads w/o 310
Total porosity - on other sample (calculated)165 time curves (ASTM D4546-A)
Dispersive characteristics (double hydrometer ASTM 215 Single load swell/collapse - Method B (ASTM 115
D4221)D4546-B, seat, load & inundate only)
As-received moisture & density (chunk/carved sample)65 Triaxial Tests
Sand Equivalent (AASHTO T176/ASTM D2419/CTM 217)115 Unconfined compression strength of cohesive soil 145
Sieve + hydrometer ≤3-inch sieve, (ASTM D7928)200 (with stress/strain plot, ASTM D2166)
Shear Strength Unconsolidated undrained triaxial compression test 185
Pocket penetrometer 20 on cohesive soils(UU, ASTM D2850, USACE Q test,
Direct shear (ASTM D3080, mod., 3 points):per confining stress)
-Consolidated undrained - 0.05 inch/min (CU)320 Consolidated undrained triaxial compression test 400
-Consolidated drained - <0.05 inch/min (CD)385 for cohesive soils, (CU, ASTM D4767, USACE R-bar test)
Residual shear EM 1110-2-1906-IXA (price per each 55 with back pressure saturation & pore water pressure
additional pass after shear)measurement (per confining stress)
Remolding or hand trimming of specimens (3 points)95 Consolidated drained triaxial compression test (CD,
Oriented or block hand trimming (per hour)70 USACE S), with volume change measurement. Price
Single point shear 115 per soil type below EM 1110-21906(X):
Torsional shear (ASTM D6467 / ASTM D7608)880 -Sand or silty sand soils (per confining stress)400
Compaction & Pavement Subgrade Tests -Silt or clayey sand soils (per confining stress)535
Standard Proctor compaction, 4 points (ASTM D698)-Clay soils (per confining stress)755
-4-inch diameter mold (Methods A & B)170 -Three-stage triaxial (sand or silty sand soils)700
-6-inch diameter mold (Method C)230 -Three-stage triaxial (silt or clayey sand soils)935
Modified Proctor compaction 4 points (ASTM D1557):-Three-stage triaxial (clay soils)1,320
-4-inch diameter mold Methods A & B 235 -Remolding of test specimens 70
-6-inch diameter mold Method C 265 Hydraulic Conductivity Tests
Check point (per point)70 Triaxial permeability in flexible-wall permeameter with 335
Relative compaction of untreated/treated 270 backpressure saturation at one effective stress (EPA
soils/aggregates (CTM 216)9100/ASTM D5084, falling head Method C):
Relative density 0.1 ft mold (ASTM D4253, D4254)250 Each additional effective stress 130
California Bearing Ratio (ASTM D1883) - 3 point 535 Hand trimming of soil samples for horizontal K 65
California Bearing Ratio (ASTM D1883) - 1 point 200 Remolding of test specimens 70
R-Value untreated soils/aggregates (AASHTO T190/335 Permeability of granular soils (ASTM D2434)145
ASTM D2844/CTM 301)Soil-Cement
R-Value lime or cement treated soils/aggregates 365 Moisture-density curve for soil-cement mixtures (ASTM 260
(AASHTO T190/ ASTM D2844/CTM 301)D558)
Soil Chemistry & Corrosivity Wet-dry durability of soil-cement mixtures (ASTM D559) ¹1,290
pH Method A (ASTM D4972 or CTM 643)50 Compressive strength of molded soil-cement cylinder 65
Electrical resistivity – single point – as received moisture 50 (ASTM D1633)¹
Minimum resistivity 3 moisture content points (ASTM 95 Soil-cement remolded specimen (for shear strength,250
G187/CTM 643)consolidation, etc.) ¹
pH + minimum resistivity (CTM 643)140 ¹Compaction (ASTM D558 maximum density) should
Sulfate content - gravimetric (CTM 417 B Part 2)75 also be performed – not included in above price
PSA25-3817CMI; Exhibit "A" (cont.)
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 378 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
West 1/29/2025 Staff-15v1 AggPW+veh
CONSTRUCTION MATERIALS LABORATORY TESTING
METHOD $/TEST METHOD $/TEST
Concrete Strength Characteristics Aggregate Properties cont’d
Concrete cylinders compression (ASTM C39) (6” x 12” 40 Flat & elongated particles in coarse aggregate (ASTM 230
and 4” x 8”) D4791/CTM 235)
Compression, concrete or masonry cores (testing only) 45 Cleanness value of coarse aggregate (CTM 227) 225
≤6 inch (ASTM C42) Soundness, magnesium (AASHTO T104/ASTM 240
Trimming concrete cores (per core) 25 C88/CTM 214)
Flexural strength of concrete (simple beam-3rd pt. loading, 90 Soundness, sodium (AASHTO T104/ASTM C88/ 695
ASTM C78/CTM 523) CTM 214)
Flexural strength of concrete (simple beam- center pt. 90 Masonry
loading, ASTM C293/CTM 523) Mortar cylinders 2” x 4” (ASTM C780) 35
Non shrink grout cubes (2 inch, ASTM C109/C1107) 30 Grout prisms 3” x 6” (ASTM C1019). 35
Drying shrinkage - four readings, up to 90 days, 3 bars 430 Masonry cores compression, ≤6” diameter - testing 45
(ASTM C157) only (ASTM C42)
Length of concrete cores (CTM 531) 45 Masonry core shear testing (Title 24) 85
Hot Mix Asphalt (HMA) Veneer bond strength, cost for each - 5 required 60
Resistance of compacted HMA to moisture-induced 2,250 (ASTM C482)
damage (AASHTO T283/CTM 371) CMU compression to size 8” x 8” x 16” - 3 required 60
Hamburg Wheel, 4 briquettes (modified) (AASHTO T324) 965 (ASTM C140)
Superpave gyratory compaction (AASHTO T312/ ASTM 375 CMU moisture content, absorption & unit weight - 6 55
D6925) required (ASTM C140)
Extraction by ignition oven, percent asphalt (AASHTO 160 CMU linear drying shrinkage (ASTM C426) 190
T308/ASTM D6307/CTM 382) CMU grouted prisms compression test ≤8” x 8” x 16” 215
Ignition oven correction/correlation values 1,445 (ASTM C1314)
(AASHTO T308/ASTM D6307/CTM 382) CMU grouted prisms compression test > 8” x 8” x 16” 270
Extraction by centrifuge, percent asphalt (ASTM D2172) 160 (ASTM C1314)
Gradation of extracted aggregate (AASHTO T30/ ASTM 145 Fasteners/Bolts/Rods
D5444/CTM 202) F1554 Bolts, tensile test, ≤ up to 1-1/4” diameter, 110
Stabilometer, S-Value (ASTM D1560/CTM 366) 285 plain (ASTM A370)
Bituminous mixture preparation (AASHTO R30/ CTM 304) 85 F1554 Bolts, tensile test, ≤ up to 1-1/4” diameter, 130
Moisture content of HMA (AASHTO T329/ASTM D6037 65 galvanized (ASTM A370)
/CTM 370) F3125 GR A307, A325 Bolts, tensile test, ≤ up to 1- 70
Bulk specific gravity of compacted HMA, molded 55 1/4” diameter, plain (ASTM A370)
specimen or cores, uncoated (AASHTO T166/ ASTM F3125 GR A307, A325 Bolts, tensile test, ≤ up to 1- 80
D2726/CTM 308) 1/4” diameter, galvanized (ASTM A370)
Bulk specific gravity of compacted HMA, molded 60 A490 Bolts, tensile test, ≤ up to 1-1/4” diameter, 70
specimen or cores, paraffin-coated (AASHTO T275/ plain (ASTM A370)
ASTM D1188/CTM 308) A490 Bolts, tensile test, ≤ up to 1-1/4” diameter, 80
Maximum density - Hveem (CTM 308) 215 galvanized (ASTM A370)
Theoretical maximum density and specific gravity of 140 A593 Bolts, tensile test, ≤ up to 1-1/4” diameter, 70
HMA (AASHTO T209/ASTM D2041/CTM 309) stainless steel (ASTM A370)
Thickness or height of compacted bituminous paving 45 Reinforcing Steel and Prestressing Strands
Mixture specimens (ASTM D3549) Rebar bend test, up to No. 11 (ASTM A370) 70
Wet track abrasion of slurry seal (ASTM D3910) 160 Rebar bend test, ≥ No. 14 & over (ASTM A370) 215
Rubberized asphalt (add to above rates) +25%Resistance butt-welded hoops/bars, tensile test, ≤ up 70
Brick to No. 10 (CTM 670)
Compression - cost for each, 5 required (ASTM C67) 55 Resistance butt-welded hoops/bars, tensile test, ≥ No. 90
Absorption - cost for each, 5 required (ASTM C67) 55 11 & over (CTM 670)
Aggregate Properties Mechanical rebar splice, tensile test, ≤ up to No. 11 70
Bulk density and voids in aggregates (AASHTO T19/ 55 (CTM 670)
ASTM C29/ CTM 212) Mechanical rebar splice, slip test, ≤ up to No. 11 45
Organic impurities in fine aggregate sand (AASHTO T21/ 65 (CTM 670)
ASTM C40/CTM 213) Mechanical rebar splice, tensile test, ≥ No. 14 & 215
LA Rattler-smaller coarse aggregate <1.5” (AASHTO 215 over (CTM 670)
/ASTM C131/ CTM 211) Mechanical rebar splice, slip test, ≥ No. 14 & over 215
LA Rattler-larger coarse aggregate 1-3” (AASHTO T96/ 270 (CTM 670)
ASTM C535/CTM 211) Headed rebar splice, tensile test, ≤ up to No. 11 70
Apparent specific gravity of fine aggregate (AASHTO T84/ 140 (CTM 670)
ASTM C128/CTM 208) Headed rebar splice, tensile test, ≥ No. 14 & over 215
Specific gravity and absorption of coarse aggregate (ASTM 110 (CTM 670)
C127/CTM 206) >#4 retained Epoxy coated rebar/dowel continuity (Holiday) 70
Clay lumps, friable particles (AASHTO T112/ASTM C142) 190 (ASTM A775/A934)
Durability Index (AASHTO T210/ASTM D3744/ CTM 229) 215 Epoxy coated rebar flexibility/bend test, up to No. 50
Moisture content of aggregates by oven drying (AASHTO 45 11 (ASTM A775/A934)
T255/ASTM C566/CTM 226) Prestressing wire, tension (ASTM A416) 190
Uncompacted void content of fine aggregate (AASHTO 140 Sample preparation (cutting) 55
T304/ ASTM C1252/ CTM 234) Epoxy coated rebar/dowel film thickness (coating) 50
Percent of crushed particles (AASHTO T335/ ASTM 145 test (ASTM A775/ A934)
D5821/CTM 205)
PSA25-3817CMI; Exhibit "A" (cont.)
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 379 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2
West 1/29/2025 Staff-15v1 AggPW+veh
CONSTRUCTION MATERIALS LABORATORY TESTING
METHOD $/TEST METHOD $/TEST
Streetlights/Signals Bearing Pads/Plates and Joint Seal
LED Luminaires / Signal Modules / Countdown By Elastomeric bearing pads (Caltrans SS 51-3) 1,060
Pedestrian Signal Face Modules (Caltrans RSS 86) Quote Elastomeric bearing pad with hardness and 1,315
Spray Applied Fireproofing compression tests (Caltrans SS 51-3)
Unit weight (density, ASTM E605) 65 Type A Joint Seals (Caltrans SS 51-2) 1,735
Sample Transport Type B Joint Seals (Caltrans SS 51-2) 1,640
Pick-up and delivery (weekdays, per trip, <50 mile 110 Bearing plates (A536) 770
radius from our office)
Notes
1.Earth Material Samples: Quoted testing unit rates are for soil and/or rock (earth) samples free of hazardous materials. Additional costs will accrue
beyond these standard testing unit rates for handling, testing and/or disposing of soil and/or rock containing hazardous materials. Hazardous materials
will be returned to the site or the site owner’s designated representative at additional cost not included in listed unit rates. Standard turn-around time
for geotechnical-laboratory test results is 10 working days. Samples will be stored for 2 months following completion of assigned tests, after which
they will be discarded. Prior documented notification is required if samples need to be stored for a longer time. A monthly storage fee of $15 per bag
and $6 per sleeve or tube will be applied. Quoted unit rates are only for earth materials sampled in California. There may be additional cost for
handling imported samples.
2.Construction Material Samples: After all designated breaks for a given sample set meet specified compressive at design age or other client-
designated strength, all “hold” cylinders or specimens will be automatically disposed of, unless specified in writing prior to the 28-day break. Unless
specifically requested otherwise, all other construction materials will be disposed of after completion of testing and reporting.
EQUIPMENT LISTING
CLASSIFICATION $/UNIT CLASSIFICATION $/UNIT
1/4 inch Grab plates 5/ each Global Positioning System/Laser Range Finder 80/day
1/4 inch Tubing (bonded) 0.60/foot Hand auger set 90/day
1/4 inch Tubing (single) 0.40/foot HDPE safety fence (≤100 feet) 40/roll
3/8 inch Tubing, clear vinyl 0.60/foot Horiba U-51 water quality meter 135/day
4-Gas meter (RKI Eagle or similar)/GEM 2000 140/day Light tower (towable vertical mast) 150/day
Air flow meter and purge pump (200 cc/min)55/day Magnehelic gauge 15/day
Box of 24 soil drive-sample rings 130/box Manometer 25/day
Brass sample tubes 11/each Mileage (will adjust with IRS published rate) 0.70/mile
Caution tape (1000-foot roll)22/each Moisture test kit (excludes labor to perform test, ASTM 65/test
Combination lock or padlock 15/each E1907)
Compressed air tank and regulator 55/day Nuclear moisture and density gauge 88/day
Concrete coring machine (≤6-inch-dia)160/day Electrical moisture and density gauge 88/Day
Consumables (gloves, rope, soap, tape, etc.)40/day Pachometer 50/day
Core sample boxes 30/each Particulate Monitor 135/day
Crack monitor Two-Dimensional 30/each pH/Conductivity/Temperature meter 60/day
Crack monitor Thee-Dimensional 40/each Photo-Ionization Detector (PID) 150/day
Cutoff saws, reciprocating, electric (Sawzall®)80/day Pump, Typhoon 2 or 4 stage 55/day
D-Meter Walking Floor Profiler 110/day QED bladder pump w/QED control box 175/day
Disposable bailers 25/each Quire fee – Phase I only 250/each
Disposable bladders 20/each Resistivity field meter and pins 200/day
Dissolved oxygen meter 75/day Slip / threaded cap, 2-inch or 4-inch diameter, 20/each
DOT 55-gallon containment drum with lid 85/drum PVC Schedule 40
Double-ring infiltrometer 135/day Slope inclinometer 250/day
Dual-stage interface probe 85/day Soil sampling T-handle (Encore) 10/day
Dynamic Cone Penetrometer 430/day Soil sampling tripod 40/day
Generator, portable gasoline fueled, 3,500 watts 90/day Speedy (R) moisture tester 10/day
Stainless steel bailer 60/day Vapor sampling box 65/day
Submersible pump with controller 180/day Vehicle usage (carrying equipment) 16/hour
Submersible pump/transfer pump, 10-25 gpm 65/day VelociCalc 40/day
Support service truck usage (well installation)250/day Visqueen (20 x 100 feet) 130/roll
Survey/fence stakes 10/each Water level indicator (electronic well sounder) 100/day
Tedlar® bags 25/each <300 feet deep well
Traffic cones (≤25)/barricades (single lane)55/day ZIPLEVEL®. 40/day
Turbidity meter 80/day Other specialized geotechnical and environmental testing
Tyvek® suit (each)25/each and monitoring equipment are available, and priced per site
PSA25-3817CMI; Exhibit "A" (cont.)
Docusign Envelope ID: D6E720A2-52D9-4664-A1FC-1D85821A59C5
June 24, 2025 Item #6 Page 380 of 1064
Docusign Envelope ID: 80BEFA31-391D-4BB6-A11B-15AE05F10CD2