HomeMy WebLinkAboutGeotechnics Incorporated; 2004-09-21;>-
AGREEMENT FOR GEOTECHNICAL SERVICES
GEOTECHNICS, INCORPORATED
THIS AGREEMENT is made and entered into as of the &! 1 d day of
, 2004, by and between the CITY OF CARLSBAD, a municipal
co rpo rb t i o n , ("City ") , and G E OT E C H N I C S , I N CO R PO RAT E D , a Ca I if0 rn i a corporation ,
("Contractor").
RECITALS
A. City requires the professional services of an experienced geotechnical firm
that is knowledgeable of the City's Aviara Community Park Project, hereafter referred to
as the "Project.
B. Contractor has the necessary experience in providing professional
services and advice related to the Project.
C. Selection of Contractor is expected to achieve the desired results in an
expedited fashion.
D. Contractor has submitted a proposal to City and has affirmed its
willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this
reference in accordance with this Agreement's terms and conditions.
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 two (2) years from the date
first above written. The City Manager may amend the Agreement to extend it for one (1)
additional one (1) year period or parts thereof in an amount not to exceed twenty-five
thousand dollars ($25,000) per Agreement 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.
Time is of the essence for each and every provision of this Agreement.
TIME IS OF THE ESSENCE
I
City Attorney Approved Version #04.01.02
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be on a time and materials basis not to exceed eighty thousand, eight hundred and
forty-two dollars ($80,842) as described in attached Exhibit "A." No other compensation
for the Services will be allowed except for items covered by subsequent amendments to
this Agreement. Incremental payments, if applicable, should be made as outlined in
attached Exhibit "A".
6. 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 the 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.
7. 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.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9.
Contractor agrees to indemnify and hold harmless the City and its officers, officials,
IN D E M N I F I CAT1 0 N
employees and volunteers from and against all claims, damages, losses and expenses
2 City Attorney Approved Version ##04.01.02
including attorneys fees arising out of the performance of the work described herein
caused in whole or in part 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.
The parties expressly agree that any payment, attorney's fee, costs or expense City
incurs or makes to or on behalf of an injured employee under the City's self-
administered workers' compensation 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.
IO. 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-:V".
10.1 Coveraqes and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below,
unless City Attorney 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.
10.1 .I Commercial General Liabilitv Insurance. $1,000,000 combined
single-limit per occurrence for bodily injury, personal injury and property damage. If the
submitted policies contain aggregate limits, general aggregate limits will apply
separately to the work under this Agreement or the general aggregate will be twice the
required per occurrence limit.
10.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily
injury and property damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers'
Compensation limits as required by the California Labor Code and Employer's Liability
limits of $1,000,000 per accident for bodily injury. Workers' Compensation and
Employer's Liability insurance will not be required if Contractor has no employees and
provides, to City's satisfaction, a declaration stating this.
3 City Attorney Approved Version #04.01.02
10.1.4 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.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance
required under this Agreement contain, or are endorsed to contain, the following
provisions:
10.2.1 The City will be named as an additional insured on General
Liability.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 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.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution
of this Agreement, Contractor will furnish certificates of insurance and endorsements to
City.
10.4 Failure to Maintain Coveraqe. 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.
10.5 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.
11. 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.
12. 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,
4
City Attorney Approved Version #04.01.02
and activities related to the Agreement for a period of three (3) years from the date of
final payment under this Agreement.
13. 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.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City .- - and Contract& relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written
notice on behalf of City and on behalf of Contractor under this Agreement.
For Citv:
Name: Skip Hammann
Title: Deputy City Engineer
Department: Public Works
City of Carlsbad
Address: 5950 El Camino
Carlsbad, California 92008
Phone No.: 760-602-2780
For Contractor:
Name: d W. Lee &d/lklrd-
Address: 9245 Activity Road, Suite 103,
San Diego, California 92126
Real, Phone No.: 858-536-1 000
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.
16. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required
of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor's affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
City Attorney Approved Version #04.01.02
5
Contractor further warrants that neither Contractor, nor Contractor's agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
17. 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
that the services required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations
prohibiting discrimination and hara-ssment.
19. 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 (I 0) 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.
20. 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
6
City Attorney Approved Version #04.01.02
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.
Either party upon tendering thirty (30) days written notice to the other party may
terminate this Agreement. In this event 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.
21. 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.
22. 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 sections 12650 et sea., 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.
23. JURISDICTIONS AND VENUE
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
City Attorney Approved Version #04.01.02
7
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.
24. 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 or 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.
25. 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.
26. 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.
A
CONTRACTOR
f%&*qGls&L
(print namehitie)
(e-mail address) 4b~k*eGun\Lscw&~
CITY OF CARLSBAD, a municipal
corporation of the Slate of California
- City Manager
ATTEST:
LORRAINE M. WOOg
City Clerk
If required by City, proper notarial ac,nowledgment of execution by coc.:actor
must be attached. If a Corporation, Agreement must be signed by one corporate
officer from each of the following two groups.
City Attorney Approved Version #04.01.02
8
*Group A.
Chairman,
President, or
Vice-president
**Group B.
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:
City Attorney Approved Version W4.01.02
9
.- 07/20/2004 TUE 1229 FAX 760 602 1111 AVIARA Park +++ John Cahill
EXHIBIT A
echnics ncorporated
City of Carlsbd
do BPrG Consultants
Constnic t ion Ma tiagcmant& Inspec tion Division
5350 El Catnino Rcd
Carlsbad, CA 92008
Attention: Mr. Kier ‘Toth
~002/012
SUBJECT: PROPOSAL FOR GEOTECIINXCAL SERVICES
Tcsting and Observation of Earthwork Construction
Aviara Community Park
Carlsbad, California
Mr. Toth:
In accordance with your request, we havc prcpared this proposal for gcotechnical tcsling and
obscrvation scrviccs during earthwork constiuction for thc planned Aviarn Community Park, in
Chrlsbad, California. Our scrvices will include testing imd obswvaiion of rcniedial earthwork and
fill placcmctit during grading operations, fill and backfill placement during improvment operations,
ant1 fr,undiltion excavation ohsci-vntions. The cost of our sci-viccs is based on the construction
schcdulc provided by you during our Lelept>onc conversation on June IO, 2004. You indicated a
constnrclion schedulc of 25 days of grading, and a total of 35 days for the coristnictiori ofsite utilities
(storm drain, scwcr, water, and joint-use utilities). 111 addition, at your rcqucst, we havc included il
cost estimate to provide tcstiiig and obscrvation services for rctaining wall backfill, pavemcnt
subgradc, and foundation cxcavation observations. A construction schedulc was not prcwicled for
thcse scrvice.5. The esrintutecl cost.b;)r hse irdlitionnl scrvices is hmed on EM ussltincd cotts6ruclion
scherlidc ~intl our cxporienccr with sirrlilar pwjwis. It should bc Irol.cd that the actual cost of our
scrviccs will tfcpcnd upon ttic tim takcn by thc contractor to complctc the carthwork construction.
A field technician will be rcquircd on sitc full time during sitc grading and backfill opcrations to tcst
atid obscrve fiil placemcnt. Morc than otic fill1 timc field tcchnician may be rcquired if the
contractors arc operating inore than onc griidiiig or bnckliI I opcriil.ion cc~ncui-rently. Wc have also
inclrided our costs for laboratory icsting, and for a sumtmry compaction report.
07/20/2004 TUE 12:30 FAX 760 602 1111 AVIARA Park +++ John Cahill MOO31012
PROPOSAL NO. 04-1 59
DOC1,JMENT NO. 04-0655
SCOPE OF WORK
Thc purpose of our sciviccs is to providc sufficient field obscrvatioii and tcsts so that we can dcvclop
professional opinions as to whether earthwork proceeds in accordance with the px-ojcct specifications
and geotechnica1 rccornmendations.
Based on the construction schedulc discuss4 above, we have estimated that a field tcchniciaa will
be rcquired on site for approximately 200 hours during grading opcrations, 280 hours during storm
drain trciich backtill, sewer trench backfill, watcr line trench backfill, aud joint-use utility backfill.
We have estimated that a ficld tcchnician will be requircd on site for approximately 160 hours during
retaining wall constniction and backfill, and 40 hours for lcstjng and obseWiJlg pavement: subgradc
constrirction. We estimate that an engineer or geologist will bc rcquircd on sitc oticc per wcek for
thc first two months of earthwork construction for sitc meetings (for a total of 24 hours). We havc
cstininted time for a geologist to providc on-site consuitatioti and conduct gcologic mapping during
grading arid obscrvc cxcavations during grading (for a total of SO hours). Wc have iiicludcd timc for
geologic/cnginecring a.nalysis arid rcvicw during coiistniction and to respond to contractor Requests
For Information. In, addition, wc hsvc included thc costs of laboratory tcsting during construclion
(including: maximum density tcsts needed to tcst fill placement, expansion index tcsts to evaluatc
finish pide soils). We will also prcprtrc r? compaction report summarizing the carlhwork operdtions
and our gcotcchnical serviccs. In summary, the following scope is planned:
1. Obscrvation of site preparation, rcinedial earthwork, fill and backfill opcratiotis, pavenient
sub grad c, MSE w a1 1 con sir ucli on, and foundation excavations.
3. Pcrforming field and laboratory tcsts on fill and backfill to support our gcotcchnical
reconirncndations and conclusions.
4. Ficld sampling and laboratory tcsting of fill and backfill matcrials during earthwork
ogcrations.
5. Preparation of daily fictd rcports surnniariziiig thc day's activity with regard to eaitliwork.
Tllcse daily reyoiZs will also scrvc to dociimciit time spcnt in the field by our personnel.
6. 'Thc preparation of a compaction report suminariziiig Sradhg atid iniprovetilctit opcrations,
and laboratory test results.
Geotech nits Incorporated
.. 07/20/2004 TUE 12:30 FAX 760 602 1111 AVIARA Park 333 John Cahill
..
004/012
CITY QT: CAlll.,St3hI> PROPOSAL NO. 04-1 59
JUNE 10,2004 DOCIJMENT NO. 04-0655
Pagc 3
ESTIMATED COSTS
We propose to proceed on z1 time and expcnsc basis in accordance with thc attached 2004 Fce
Schedule. Our cost estimate is based 011 the cgstniction schedule discussed above. The actual cost
of 0111- scrviccs will bc based on the time the contractor takcs to complctc thc cartliwork cunstnwtion.
We ilgrcc not to cxcced our cstiinatcd cost un1ess Ihc project cxtcnds bcyond the hours estirnatcd, or
additional services are requested. A reviscd cost estimate, if desired, may be compleled when
additional construction schedule details arc known.
COST ESTIMATE:
f . Field Seiviccs During Gradiiig Operations ............................................................... $18,387 .
Ficld Scrviccs During Utility Constniction .............................................................. $23,765./'
Field Sewices During Wall Conslniction and Backfill Opcrations .......................... $12,160
Ficld Scrviccs During Pavcmcnt Suhgradc Prepamtion ............................................ .$3,040 ..........
Professional Field Services During Grading Operations ............................................ $~,080 ..i,
Poundation Excavation Obscrvatians ......................................................................... ~ ,420 ...< ...
Laboratory Testing During Grading and lmprovcmenz Operations ............................ $6,000 ''
CJcologic/EngineeringAnalysis and Rcport Preparation ............................................. * $G -Ill..- 990 ..
TOTAJ, $80,842
Geo tech n icn 1 ncorpora ted m
07/20/2004 TUE 12:30 FAX 760 602 1111 AVIARA Park +++ John Cahill
.-
CITY OF CARLSBAD
JUNE IO, 2004
@ 005/012
This proposal ;ind tbe attached Fcc Schcdulc rcprcscnt the Agreancnt bctwecn you, thc Client, and
Gcotcchnics hcorpotated, the Consulkant. If thc Agrccincnt mcets with your approval, please
indicatc your acccptancc by sigriirig and returning onc copy of thc cxccutcd Agreement. Plcase
understand that our price for tlic abovc mentioned work will be honored for a period of 30 days.
Afiet 30 days, we reserve the riglit to revisc our price.
We look forward to being a inember of your consulkant learn 011 this project. Please do not hesitatc
to calf if you should have any questions or requirc additionat services.
Sinccrcly,
GEO'IECHNICS INCORPORATED
J Jams C. Sanders, C.E.G. 2258
Projcct Gcologist
Distribution: (2) Addressee
Attachments: Standard Ay-cement
2004 Fcc Schcdulc
. . . Gcotcclinicr Incarporated
.P 07/20/2004 TUE 1231 FAX 760 602 1111 AVIARA Park +++ John Cahill
.,
010/012
TERMS AND CONDITIONS
a The listed tests are those most commonly Regular working hours are from 6:OO AM to 6:OO PM. Services performed at other hours wilt incur a 20% surcharge. A minimum charge of three hours
will be applied to work at other than regular hours.
performed. The cost of other tests will be quotcd as required or as requested, as well as special quotations involving volume work.
e
Field services will be charged from portal to portal at the hourly rates listed.
The minimum charge for field services is hhco hours. The minimum charge will be applied to any field service scheduled but then canceled alter 3:OO pm the previous day.
Work in excess of eight hours per day, or on
Saturdays, will be charged at 1.5 times the hourly
rate. Work performed on Sundays of Company
recognized holidays will be chargod at 2.0 times
the hoirrly rate. Company recognized holidays are
New Year’s Day, Presidcnfs Day, Mernorial Day,
Independence Day, Labor Dgy, Veteran’s Day. Thanksgiving Day. Day after Thanksgiving Day, and Christmas Day.
Invoices will bs itemized by the categories listed in
6 Laboratory test prices shown 3re for laboratory
work only and Include a statement of result$, but
not comments, recommendations, or conclusions.
Invoices will be submitted upon completion of work or at monthly intervals. Tcrms are net upon prosenlalion of invoice. Invoices become past due
thirty days from invoice date and subject to on0 and one-half percent service charge per month to cover additiona! processing and carrying costs. Any attorney’s fees or other msts incurred in the collcstion of delinquent accounts shall be paid by the party inwiced.
Services are performcd in accordance with the local srandards of practice for gootechnical snyinmring at the time services are rendered. No
warranty or rqmsentation is expressed or impliod.
e
I
PROFESSIONAL SERVICES
(per hour)
Principal EngincetlGeologisl ...................................... $150
Scnior Engineer/GeoIoqist, ......................................... $1 20
Pmiect Engineer/Goologist ........................................... $G5
Prevailing wag0 rates will be negotiated based on State
rcyoircmanls at the lime of services.
- ................................... EQUIPMENT CHARGES Project Environmental Assessor $95
Staff EngineerlGeologisl. .............................................. $85
Staff Environmental Asscssor ....... .............. $85
Expert Testimony (minimum 4 hours) lllll,lll.lll.l,,.,,.II. $300
Enginewing Technician ................................................ $65
Environmental ‘Technician., ,. $55 Engineering Technician equipped wlth Field Vehicle
and Nuclear Oensity Gage for Earthwork Testing ...... $76
Engineering Tschnicien Supervisor .............................. $70
Word Proccasor .................. ............................... 545
Technical Assistant ....................................................... $45
Accountant .................................................................... $50 ............... $70
Materials Technician, ACI Registered ........................... $65
Refraction Seismograph .......................................... S50lhr.
Inclinometer Monilor ................................................ SSOlhr.
Pneumatic PiezometerlS~tttement Monitor ............. SSOlhr.
Photo Ionization Detector ........................................ $25/hr.
Field Vehicle ......................................
Nuclear Density Gage ........................
Coring Machino ........................................................ $501hr.
....... .................................. Hazardous Gas Safety Monitor Q151hr. ................................
Oraftspsrson ....................... ............................... $50
Registered Special lnspoctor .
confiiwed on othor side
-8 07/20/2004 TUE 12:31 FAX 760 602 1111 AVIARA Park -)++ John Cahill @)011/012
. r.
SOIL AND ROCK TESTS
LABORATORY TESTING
(unit cost)
CtASSlFlCATlON AND INDEX TESTS:
Atterbcrg Limits (ASTM D4318) ...................................... $80
Moisture Content (ASTM D2216) .................................... $10
Percent Passing #200 Sieve (ASTM 01140) .................. $40 pH (CALTRANS 643) ...................................................... $ 30
Resistivity (CALTRANS 643) .......................................... $70
Sieve wilh Hydrometer Analysis (ASTM D422) ............. $1 10
Sievc Analysis without Hydrometw (ASTM 0422) .......... $50
Soluble Sulfate (ASTM D510) ......................................... $SO
Soluble Chloride ............................................................. $50
Specific Gravity (ASTM 085lr) ........................................ $40
Unit WsighUMoisture Content, chunk sample ................. $30
Unit WeighVMoisture Content. sampler ring ................... $20
STRENGTH TESTS:
Direct Shear. residual (ASTM 03080) ........................... $400
Direct Shear. consolidated {ASTM D3080) ................... $200
In-Situ Stress-Strain Behavior ...................................... quote
Triaxial Compressive Slrength ..................................... q uotc
Unconfined Compression (ASTM 02166) ....................... $ .O
VOLUMETRIC CHANGE:
Consolidation Tost (ASTM D2435). without time rate ... $1 50
Consolidation Test (ASTM 02435). with time rate ........ $300
Double Oedometer ........................................................ $300
Expansion Index {ASTM D4829) .................................... $ 85
Expanslon lndox (UBC 18-2) ........................................ $700
Frec Swdl ..................................................................... $175
Rcsponse to Wetting (ASTM 04546) .............................. $75
Soil Suction (ASTM 05298) ........................................... $ 90
PERMEABILITY:
Permcability of Granular Soil (ASTM D2434) ............... $250
Permeahitily . Flexible Wall (ASTM 05084) ................... $300
COMPACTION:
Maximum Density and Optimum Moisture
Maximum DensitylOptimum Moisture
(ASTM Dl 557) ................................................ $1 25
with Rock (ASTM 04718) .............................. $200
Maximum Density Check Point ....................................... $45
Californla Impact Compaction (CAL 2?6) ..................... $125
CONSTRUCTION MATERIALS
AGGREOATEISUBGRAOE:
Abrasion Test (ASTM C132) .......................................... $165
California BearinD Ratio ................................................. $350
Clay tumps/Frtable Particles (ASTM Cl42) ..................... $95
Durability irldax (ASTM 03744), Aggregate ................... $150
Lime Stabilizcd Subgrade Mix Design ............................ $400
Organic Impurities (ASTM C40) ....................................... $40
Percent Fractured Aggwgate (ASTM 05821) .................. $60
R-value (CALTRANS 301) ............................................. $195
Sand Equivalent (ASTM 02419) ...................................... $80
Coarse Aygrogato .............................................. $55
Fine Aggregate .................................................. $70
Fine Aggrcgatc (ASTM C128) ............................ $90
Coarse Aggragatc (ASTM C127) ....................... $75
Sulfato Soundnass (ASTM C88) per aim ......................... $95
Cleanness Value (CAL 227) ............................................. $70
Sieve Analysis. Aggregate Base (ASTM Cl36)
Specific Gravity and Absorption:
ASPHALT CONCRETE:
Hveem Unit Weight (CAL 304) ....................................... $185
Thaoretical Maximum Density (ASTM 02041) ................. $90
Percent Bitumen and Gradalion of
Bulk Specific GravitylDensity. core (ASTM Dl 188) .......... $45
Marshall Unit Weight (ASTM D1559) ............................. $180
Extracted Sample ............................................ $190
Stabilometsr Value (CAL 304) ........................................ $180
CONCRETE TESTS:
Compressivo Strength. Concrete. 6" X 12"
Compressive Strength . Concreto
Flexural Strength. Concrete. 6 X 8" X 18"
Compressive Strength. Mortar. 2" X 4"
Comprossive strength. Grout. 3" X 3" X6"
per specimen fabricated ..................................... $20
per core prepared .............................................. $50
per beam fabricated ........................................... $60
per specimen fahricatcd. .................................... $20
per specimen fabricated ..................................... $20
SAMPLE PREPARATfON
Sample preparation such as hand-cutting 01 samples.
extraction from sjamplers. processing. and mixing of stabilized soils will bc charged in addition to !he individual test at tho
Engineering Technician hourly rate .................................. $60
Geo tec h n ics Inc orpa rated
__~ ~~