HomeMy WebLinkAboutKleinfelder West Inc; 2012-11-28; CA917PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1
PROJECT NO. 3896
CA917
and Fee Allotment, is entered into on
77."'"~~~-+-"""""-:~~~.........,.~.,;.-~-~--· pursuant to an Agreement between
Kl · lder, nc., a ifornia corporation, ("Contractor") and the City of Carlsbad, ("City") dated
ember 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
eference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide a condition assessment report of the stairs and the barrier
wall/sidewall from Pine Avenue to Tamarack Avenue. The assessment report will provide
repair/replacement recommendations as needed in accordance with the "Project
Engineer's Manual", 2001 edition, as published by the City's Engineering Department, City
"Standards for Design & Construction of Public Works Improvements in the City of
Carlsbad," and the proposal dated May 7, 2015, ("proposal"}, attached as Appendix "A"
for the Carlsbad Seawall Staircase Assessment, (the "Project"). The Project services
shall include visual observation of the four staircases and the barrier wall/sidewalk as
described above. This visual observation will assess the general condition of the four
staircases and the west barrier wall/sidewalk from Pine Avenue to Tamarack Avenue.
Based on this visual observation Kleinfelder will prepare a report describing the as-
observed condition of the staircases and sidewalk/seawall, approach to the next phase for
detailed condition assessment and rehabilitation including tests and associated fee.
2. PROGRESS AND COMPLETION
Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City
Manager or Director and a Purchase Order from the City's Purchasing Department,
constitutes notification to proceed to the Contractor. Contractor shall begin work within five
(5) working days after receiving this fully executed document and a City Purchase Order.
Contractor shall complete the work within forty-five (45) working days thereafter. Working
days are defined in section 6-7.2 'Working Day" of the Standard Specifications for Public
Works Construction (Green Book). In no event shall Contractor work beyond the term or
authorized compensation of the Agreement, as amended by this Project Task Description
and Fee Allotment.
3. FEES TO BE PAID TO THE CONTRACTOR
Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein.
Fees shall be paid on a lump sum basis for each task group shown in Table 1. Progress
payments shall be based on completion of the scope of work. Appendix "A", attached,
prepared by Contractor and reviewed by City, shows the parties' intent as to the elements,
scope and extent of the task groups. Contractor acknowledges that performance of any
and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks
are those defined in Appendix "A".
Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the
Contractor only upon authorization of the City through the mechanism of a separate
Project Task Description and Fee Allotment and Purchase Order. In the event that City
directs Contractor to curtail or eliminate all, or portions of the task groups identified in
Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually
performed. The maximum total cost of Contractor's services for this Project Task
Description and Fee Allotment is $5,000.
City Attorney Approved Version 1/30/13
CA911J
TABLE 1 FEE ALLOTMENT
CARLSBAD SEAWALL STAIRCASE ASSESSMENT
TASK GROUP LUMP SUM FEE
Assessment of four ( 4) staircases $5,000
TOTAL (Not-to-Exceed) $5,000
Executed by Contractor this ___ day of------------' 2015.
CONTRACTOR
KLEINFELDER, INC., a California
corporation
By:
(si n here)
tl,.r L C.-vG (,~e) Y: E
(print t1tle)
KLEINFELDER, INC., a California
corporation
(name of Contractor)
By: t)0 L-_~?0
(sign her
(Tot:.."' AAotd.StA..~~ A-Jr+-~ S'e c.. ...
(print name/title) J
If Contractor is a corporation, this document must be signed by one individual from each
column:
Column A
Chairman, President or Vice-President
Column 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.
BAD, a municipal corporation of the State of California
By: Date: __ 1_,/,__~-+t....L.~--'"'--------
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
~ Bright People. Right Solutions.
May 7, 2015
Proposal No.: LOCALMKT.WEOH
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008
Attention: Mr. Tony Ulloa
Subject: Carlsbad Seawall Staircase Assessment
Dear Mr. Ulloa:
Exhibit "A"
At your request. Kleinfelder has prepared this proposal for the first phase of the Carlsbad
seawall staircase assessment and rehabilitation work. The following is the description of the
project in three phases and the anticipated scope of work associated with each phase. At this
point we will be providing the fee proposal for only the first phase of the work. We understand
that this work will be performed as a Task Order under our current structural engineering on-call
contract with the City of Carlsbad.
DESCRIPTION OF WORK
The City of Carlsbad would like to assess the condition of four staircases leading from the west
sidewalk on Carlsbad Boulevard to the lower sidewalk at Carlsbad beach and the west upper
barrier wall/sidewalk between Pine Avenue and Tamarack Avenue. The four staircases are
located as described on Carlsbad Boulevard in the vicinity of the following cross streets:
a) North of Chestnut Avenue.
b) North of Maple Avenue.
c) West end of Cherry Avenue.
d) West end of Hemlock Avenue.
The goal of this assessment is to prepare a condition assessment report of the stairs and barrier
wall/sidewalk and ultimately construction documents for rehabilitation. The assessment report
will provide repair/replacement recommendations as needed.
Based on our understanding, the scope of work will be performed in three phases as described
in the next section.
SCOPE OF WORK
Phase 1: Visual Observation:
Kleinfelder will perform a visual observation of the four staircases and the barrier wall/sidewalk
as described above. This visual observation will assess the general condition of the four
LOCALMKT.WEOH/SDI15P19414
Copyright 2015 Kleinfelder
Page 1 of 2
5S·0 C Street. Su~e 1200. San Diego CA 92101 p 1619,831.4600 f 1619.232.1039
May 7, 2015
staircases and the west barrier wall/sidewalk from Pine Avenue to Tamarack Avenue. Based on
this visual observation KLF will prepare a letter describing the as-observed condition of the
staircases and sidewalklseawall, approach to the next phase for detailed condition assessment
and rehabilitation including tests and associated fee.
Pha.:se 2: Condition Assessment:
Kleinfelder will perform a detailed review of the four staircases and barrier wall/sidewalk. We will
also perform tests to assess the existing conditions as needed. The existing condition of the
stairs structural elements including the stairs, side walk, barrier wall, support foundations,
llanclrails and connections will be documented. Based on these assessments Kleinfelder will
provide repair recommendations or replacement recommendations. A condition assessment
report will be produced with all the information described above for the City's review.
Phase 3: Construction Documents:
Kleinfelder will prepare construction documents incorporating the repair recommendations or
11ew stair design.
PRO.JECT FEE
f(leinfelder will provide our services for Phase 1 for a lump sum fee of $5,000. Scope and fee
tor phase 2 and 3 will be developed and submitted to the City for their approval after the
completion of phase 1.
fEXCLUSJONS:
a) The first phase is limited to surface observation of above-grade and accessible structural
elements only.
b) Bluff Stability Analysis.
pROJECT SCHEDULE
VVe can complete work for phase 1 within two weeks of your notice to proceed and a scheduled
site visit.
-rhank you for this opportunity. Please call if you have any questions.
sincerely,
KLEINF~LDE/
~?t--·V'-~···
James,Frost
senior Principal Engineer
Jf:ws
LOCALMKT.WEOH/SDI15P19414
copyright 2015 Kleinfelder
Page2 of2 May 7, 2015
KLEINFELDER 550 West C Street, Suite 1200, San Diego CA 92101 p 1619.831.4600 f 1619 232.1039
)
~
~
~ Rote Schedule -----------___;E:;.;;.X;.;.;H.;..;I B;;.;I~T__..;..A;.._ ____________ _
I
~
~
~
I
I
January 2012
HOURLY CHARGES
PRINCIPAL ENGINEER
PROJECT MANAGER
SENIOR STRUCTURAL/BRIDGE ENGINEER
SENIOR ENGINEER I
SENIOR ENGINEER II/PROJECT ENGINEER
ASSOCIATE ENGINEER I
ASSOCIATE ENGINEER II
ASSISTANT ENGINEER
ENGINEERING INTERN
SENIOR TECHNICIAN
SENIOR CADD TECHNICIAN
CADD TECHNICIAN
CLERICAL
CONSTRUCTION MANAGER
RESIDENT ENGINEER
INSPECTOR I
INSPECTOR II
INSPECTOR Ill
VE CONSULTING
$250.00
$190.00
$185.00
$175.00
$150.00
$135.00
$125.00
$105.00
$72.00
$155.00
$110.00
$90.00
$75.00
$190.00
$170.00
$150.00
$135.00
$130.00
$250.00
Hourly charges include provisions for normal overhead costs such as fringe benefits, office rental, utilities, Insurance, derlcal
services, equipment, normal supplies and materials, and in-house reproduction services. Mileage shall be reimbursed at a
rate of 51 cents per mile or as agreed to with the client on a monthly basis. All other costs shall be reimbursed at a rate of
cost plus 10%. Rates shown are valid through December 31, 2012. Rates for Inspectors are not based on Prevailing Wage
projects.
f~ Oty of carlsbad "".r
Master Agreement Consulting Services ".\~
CA917
MASTER AGREEMENT FOR GEOTECHNICAL ENGINEERING SERVICES
(KLEINFELDER WEST, INC.)
CjHlS AGREEMENT is made and entered into as of the ^<P^ day of
^^-^v^nU^' 20by and between the CITY OF CARLSBAD, a municipal
corpoi^ation, hereinafter referred to as "City", and KLEINFELDER WEST, INC., a California
corporation, hereinafter referred to as "Contractor."
RECITALS
A. City requires the professional services of an engineering consultant that is
experienced in geotechnical engineering.
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 engineering.
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.
Contractor's obligations with respect to any project granted to Contractor under this Agreement
will be as specified in the Task Description forthe 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 pertod of three years starting from the date first
written above.
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 as authorized by the City Manager ("Director").
The City Manager or Director will give allowance for documented and substantiated
unforeseeable and unavoidable delays not caused by a lack of foresight on the part of
Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no
event shall a specific Task Description exceed the term of this Agreement.
City Attorney Approved Version 2/17/12
5. COMPENSATION
The cumulative total for all projects allowed pursuant to this Agreement will not exceed one
hundred thousand dollars ($100,000) for the term of the agreement; the total amount allowed
per Project Task Description and Fee Allotment will not exceed one hundred thousand dollars
($100,000). Fees will be paid on a project-by-project basis and will be based on Contractor's
Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor,
CMWD shall prepare a Project Task Description and Fee Allotment (the "Task Description")
which, upon signature by Contractor and for CMWD, the Executive Manager (or designee) or
General Manager, will be considered a part of this Agreement. The Task Description will include
a detailed scope of services for the particular project being considered and a statement of
Contractor's fee to complete the project in accordance with the specified scope of services. The
Task Description will also include a description of the method of payment and will be based
upon an houriy rate, percentage of project complete, completion of specific project tasks or a
combination thereof.
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 CMWD. Contractor will
be under control of CMWD only as to the result to be accomplished, but will consult with CMWD
as necessary. The persons used by Contractor to provide services under this Agreement will not
be considered employees of CMWD for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. CMWD will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not
be required to pay any workers' compensation insurance or unemployment contributions on
behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD
and the City of Cartsbad within thirty (30) days for any tax, retirement contribution, social
security, overtime payment, unemployment payment or workers' compensation payment which
CMWD may be required to make on behalf of Contractor or any agent, employee, or
subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD
may deduct the indemnification amount from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prtor written approval of
CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to
CMWD for the acts and omissions of Contractor's subcontractor and of the persons either
directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions
of persons directly employed by Contractor. Nothing contained in this Agreement will create any
contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be
responsible for payment of subcontractors. Contractor will bind every subcontractor and every
subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work
unless specifically noted to the contrary in the subcontract and approved in writing by CMWD.
8. OTHER CONTRACTORS
CMWD reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless CMWD and the City of Cartsbad and its
officers, 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 herein
2 General Counsel Approved Version 2/17/12
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 CMWD or the
City of Cartsbad incurs or makes to or on behalf of an injured employee under CMWD'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.
10. 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-:VH" OR
with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers
(LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum
limits indicated below, unless the Risk Manager or Executive Manager for CMWD approves a
lower amount. These minimum amounts of coverage will not constitute any limitations or cap on
Contractor's indemnification obligations under this Agreement. CMWD, 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.
10.1.1 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 Liabilitv (if the use of an automobile is involved for
Contractor's work for CMWD). $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. Workers' Compensation will not be required if
Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this.
10.1.4 Professional Liabilitv. 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.
I I If box is checked. Professional Liability
CMWD's Initials Contractor's Initials Insurance requirement is waived.
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:
3 General Counsel Approved Version 2/17/12
10.2.1 CMWD will be named as an additional insured on General Liability which
shall provide primary coverage to the City.
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 CMWD
sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of
this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then CMWD will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to
maintain the required coverages. Contractor is responsible for any payments made by CMWD
to obtain or maintain insurance and CMWD may collect these payments from Contractor or
deduct the amount paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. CMWD reserves the right to require, at any time,
complete and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carisbad 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 cleariy identifiable. Contractor will allow a representative of
CMWD during normal business hours to examine, audit, and make transcripts or copies of
records and any other documents created pursuant to this Agreement. Contractor will allow
inspection of alt work, data, documents, proceedings, 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 CMWD. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1)
copy of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the sen/ices will be vested in CMWD and
Contractor relinquishes all claims to the copyrights in favor of CMWD.
General Counsel Approved Version 2/17/12
15. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice
on behalf of CMWD and on behalf of Contractor under this Agreement.
For CMWD: For Contractor:
Name Glenn Pruim Name Ronald Thomson
Title Utilities Director Title Proiect Manager
Dept Utilities Address 5015 Shoreham Place
Carisbad Municipal Water District San Diego, CA 92122
Address 1635 Faraday Avenue Phone (858) 320-2000
Carisbad CA, 92008 Email rthomson@kleinfelder.com
Phone (760) 602-2768
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
Contractor shall file a Conflict of Interest Statement with the Clerk for the City of Carisbad in
accordance with the requirements of the City of Carisbad Conflict of Interest Code. The
Contractor shall report investments or interests in all four categories.
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 whose services are
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 harassment.
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 othenA/ise settled by agreement
between the parties. Representatives of Contractor or CMWD will reduce such questions, and
their respective views, to writing. A copy of such documented dispute will be fonA/arded 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 fonA/arded
to the Executive Manager. The Executive Manager will consider the facts and solutions
recommended by each party and may then opt to direct a solution to the problem. In such
General Counsel Approved Version 2/17/12
cases, the action of the Executive 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, CMWD
may terminate this Agreement for nonperformance by notifying Contractor by certified mail of
the termination. If CMWD decides to abandon or indefinitely postpone the work or services
contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to
Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any
documents owned by CMWD and all work in progress to CMWD address contained in this
Agreement. CMWD will make a determination of fact based upon the work product delivered to
CMWD and of the percentage of work that Contractor has performed which is usable and of
worth to CMWD in having the Agreement completed. Based upon that finding CMWD will
determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of CMWD, Contractor will assemble the work
product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be
paid for work performed to the termination date; however, the total will not exceed the lump sum
fee payable under this Agreement. CMWD will make the final determination as to the portions of
tasks completed and the compensation to be made.
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, CMWD will have the right to annul this Agreement without liability, or,
in its discretion, to deduct from the Agreement price or consideration, or othenA/ise recover, the
full amount ofthe 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 CMWD
must be asserted as part of the agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to
criminal prosecution. Contractor acknowledges that California Government Code sections
12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties
where a person knowingly submits a false claim to a public entity. These provisions include
false claims made with deliberate ignorance of the false information or in reckless disregard of
the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False
Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor
acknowledges that the filing of a false claim may subject Contractor to an administrative
debarment proceeding as the result of which Contractor may be prevented to act as a
Contractor on any public work or improvement for a period of up to five (5) years. Contractor
acknowledges debarment by another jurisdiction is grounds for City to terminate this
Agreement.
General Counsel Approved Version 2/17/12
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a nght
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.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon CMWD and
Contractor and their respective successors. Neither this Agreement 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 CMWD, 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.
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
7 General Counsel Approved Version 2/17/12
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.
Executed by Contractor this_ 25 day of September ,20 12 .
CONTRACTOR
KLEINFELDER WEST, INC., a Califomia
corporation
By>
CITY OF CARLSBAD, a municipal
corporation ofthe State of California
(sign hei
John Moossazadeh, Vice President
Mayor
(print name/title)
(sign
Johr^ M. Pilkington, CP
LCSBKAINE
City Clerk
i
(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 ofthe following two groups:
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.
CITY OF CARLSBAD, a municipal corporation of the State of California
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
Assistant City Attorney
City Attorney Approved Version 2/17/12
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
State of California
County of
> n;:itP I ^^<^ A _ \ >. UlAr-A lnf>Ai-t Momi-t n Date /
personally appeared
^...•'•f^ \ ^ \ \ \ ^^''^ Insert Name and Title of the Officer
Name(s) of Signer(s)
RHEA PRENATT
Commission # 1933956
notary PuWic - CaHfomia
San Oitgo County
.Comm.E«Blr»l«i3f24^
who proved to me on the basis of satisfactory,
evidence to be the person(s) whose name(s) is/^P
subscribed to the within instrument and acknowledged
to me that he/she/^KeJ) executed the same in
his/her/toeir authorized capacity (ies), and that by
his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand jand off icial ijse6l.
Place Notary Seal Above
Signature:
OPTIONAL -
Signature of Notary Public
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
• Corporate Officer — Title(s):
• Individual
• Partner — • Limited • General
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
Top of thumb here
Signer's Name:
• Corporate Officer — Title(s):
• Individual
• Partner — • Limited • General
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
RIGHT THUMBPRINT
OF SIGNER
Top of thumb here
) 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907
EXHIBIT A
CITY OF CARLSBAD
KLEINFELDER FEE SCHEDULE FOR
ENVIRONMENTAL, CONSTRUCTION MANAGEMENT AND
GEOTECHNICAL/MATERIALS TESTING SERVICES
PROFESSIONAL STAFF RATFg*
Construction Inspector I ct^nc/u
Professional 'I ?n
Staff Professional I 'f
Staff Professional ll / Project IVIanager I ""l If. unnl^
Construction Manager ''* .^^^)
Senior Construction Manager ^IR^ /H
Project Professional / Project Manager II t \Tc fu^l
SrS^n'.'^^"^^^^ 175 / hour
Principal / Principal Professional ZZ'l IQC / unnl-
Program/Client Manager '' $200/h
Senior Principal / Senior Principal Professional 't nnn , TJ^l
Expert Witness Itynil
• $340/hour
Administrative I ^ 71=^1 h
Materials Tester / Special Inspector .....ll....."Z'\ 00 iur!^L Soils Technician a t
^^^.:z
CADD Operator f .]n
:::::::=:::::::;:::::::;:;: IT^'i'Z.
Minimum Charges for Office Time Per Day One Hour at
Applicable Rate
All services will be charged portal-to-portal when applicable.
Public works projects or projects receiving public funds may be subject to Prevaillna Waae laws THP above rates apply to projects subject to prevailing wages. prevailing wage laws. The
Applies to all professional rates including but not limited to civil, mechanical, chemical electrical aeoterhniral
s'peaSr'"'"*'' 'y^'""''*"' 9^°'°9'^^^' '^yd'-°9eolobists:TydroSf ^^^^^^
1.
2.
IM|S OF CHARGES
Listed on the attached page are typical prices for services most frequently performed bv
Kleinfe der. Prices for other services, including special quotes for volume work wHI be ah/en uoon
request, but will be subject to the terms set forth below. ^
The client agrees to limit the Kleinfelder's liability to the client and to all agents of the client
including contractors and subcontractors on the project due to Kleinfelder's professlona nLS
u^luTVl- *° ^^°'°°° consultant's fee. whichever Is » KteS^^^^^^
^' ThonL' ^^l^f^"^ °" ^ "^^"t'^'y basis, or upon completion of a project, whichever is sooner
I^fr thi HT"J.K P^y"'^'^ °" presentation of the invoice. If not paid within 30 days
after the date of the invoice, the unpaid balance shall be subject to a FINANCE CHARGE of 15%
per month, which Is an ANNUAL PERCENTAGE RATE of 18%. ^"^'"'""^ ^MAKI^L ot 1.5/O
fheH^afte*?"'' """"^^ '^"''^ ^" ^'^''^ ^^'^'^^^ ^^^^^ hours worked
5. A one-hour minimum charge per day will be made for any office service.
6. Time worked in excess of 8 hours per day and weekend\holiday work will be charged at 1 5 times
the^hourly rate. Time worked In excess of 12 hours per day will be charged at 2 'merthe ho^^^
qLte? Tir^ dtem S V T P'^^ 20%. whichever is
SeW office °^ "^"^^ tl^^ "^^'•est
8. Outside services will include a 20% markup, unless otherwise noted.
^' Im?LTbf r^l!l^^^^^^ T'"'"? ""'^^ ""^^ ^"^"^^'y- Additional administrative
slVaL'V^^^^^^ '^^'^^ ^*'"^"' ^^''y ^-'^ -P-ts. or work
Slli?."^ PT?" P':®v^'''"9 wage projects will be provided only if requested and will be subiect to additional charges for administrative time for each pay period. ^
11. Kleinfelder carries Worker's Compensation Insurance (including Emplover's Liabilitv^
^^!^L^:.^s':;^\^."^-^ '^"'^^S^nt^rs
12. Kleinfelder routinely disposes of non-environmental and uncontaminated samples after
submission of our final report and reserves the right to retum environmentaTsL^e tbcLt a
its expense, after submission of our final report. ^ '
13. Proper disposal or handling of soil boring cuttings, well development and purae waters
?e™sS'of ?,t«rV'"n°*'" ~'nated/potentlally contaminated materials^the
responsibility of the client Upon request, Kleinfelder can provide containers for onsite containment and can advise the client regarding proper handling procedures.
14. The proposed rates will be in effect for 90 days from the proposal date.
H^itlml^'.K^^^T T^- ^^^^^"'^ P'-°i®^ts '^ot completed within 180
^l^ZS^X^'^'' '"^^ P-i-*^' 'o exceed amount
SOIL DENSITY TESTS
SOIL TESTS
Test Invoice Name Test Method^ Price
Standard Proctor. 4" Mold STANDARD PROCTOR, 4" D698. T99 $210.00 each
Standard Proctor. 6" Mold STANDARD PROCTOR. 6" D698. T99 $235.00 each
Modified Proctor. 4" Mold MODIFIED PROCTOR, 4" D1557. T180 $215.00 each
Modified Proctor, 6" Mold MODIFIED PROCTOR. 6" D1557. T180 $240.00 each
Proctor Check Point PROCTOR CHECK POINT T272 $115.00 each
Proctor Oversize Correction PROCTOR CORR OVRSZ D4718 $65.00 each
Treated Soil Proctor TREATED SOIL PROCTOR D558 $280.00 each
Minimum/Maximum Relative Density MIN-MAX REL DENS D4352, D4253 $360.00 each
Moisture/Density, TEX 113-E MOIST DENS TEX 113-E TEX113-E $260.00 each
Moisture/Density, TEX 114-E MOIST DENS TEX 114-E TEX114-E $260.00 each
California Impact. CTM 216, Dry Method CTM 216, DRY CTM216 $215.00 each
California Impact, CTM 216, Wet Method CTM216,WET CTM216 $185.00 each
SOIL CLASSIFICATION AND INDEX TESTS
Test invoice Name Test Method^ Price
Visual Classification CLASSIFICATN, VISUAL D2488 $10.00 each
Sieve Analysis, % Finer than 200 Sieve SIEVE ANALYSIS,-200 C117, D1140 $80.00 each
Sieve Analysis. Fine SIEVE ANALYSIS, F C136. D422, D6913 $120.00 each
Sieve Analysis. Coarse SIEVE ANALYSIS. C C136, D422. D6913 $100.00 each
Sieve Analysis, Coarse and Fine SIEVE ANALYSIS, C&F C136, D422. D6913 $150.00 each
Hydrometer Analysis HYDROMETER D422 $165.00 each
Water Content WATER CONTENT D2216. D4643 $25.00 each
Water Content and Dry Unit Weight WATER/DENSITY, SOIL D2216,D2937, D7263 $45.00 each
Atterberg Limits, Single Point ATTERBERG, SINGLE PT. D4318-Method B $110.00 each
Atterberg Limits, Multiple Point ATTERBERG. MULTI PT. D4318-Method A $170.00 each
Atterberg Limits, Liquid Limit Only LIQUID LIMIT ONLY D4318 $110.00 each
Soil Specific Gravity SOIL SPEC. GRAV D854 $140.00 each
Soil Organic Content SOIL ORGANIC CONTENT D2974-Method C $115.00 each
Pinhole Dispersion Classification PINHOLE DISPERSION D4647 $300.00 each
Soil pH SOIL PH D4972, G51 $55.00 each
Soil Resistivity SOIL RESISTIVITY G187 $160.00 each
Chloride Content CHLORIDE CONTENT $50.00 each
Sulfate Content SULFATE CONTENT $100.00 each
SOIL BEARING PRESSURE TESTS
Test Invoice Name Test IVIethod^ Price
California Bearing Ratio, Single Point' CBR, 1 POINT D1883 $350.00 each
Califomia Bearing Ratio. 3 Points * CBR. 3 POINTS D1883 $650.00 each
Resistance R-Value R-VALUE D2844 $300.00 each
Resistance R-Value of Treated Material R-VALUE, TREATED D2844 $350.00 each
Rock Correction for R-Value R-VALUE, ROCK CORR. D2844 $80.00 each
Stabilized Soil UC Strength, 1 Point STABIL. SOIL UC PT. D1633, D5102 $150.00 each
Stabilized Soil UC Strength, Set of 3 STABIL. SOIL UC SET D1633, D5102 $900.00 each
*Note: Does not include Proctor Values
SOIL BEARING PRESSURE TESTS
Test Invoice Name Test Method* Price
CTM 373,1 Ume Content, W/O Opt. Moist CTM 373, CHECK POINT CTM373 $150.00 each
CTM 373,1 Ume Content CTM 373,1 UME % CTM373 $350.00 each
CTM 373,3 Ume Contents CTM 373, 3 LIME %'S CTM373 $950.00 each
Eades and Grim Test (Opt Lime Content) EADES AND GRIM TEST C977 $135.00 each
Resilient Modulus RESIUENT MODULUS T307 $450.00 each
SOIL TESTS fcori,tln.u6d|
SOIL STRENGTH AND PERMEABILITY TESTS
Test
Unconfined Compressive Strength
Direct Shear. 1 Point
Direct Shear. 3 Points
Consolidation without Time Rate Plots
Consolidation with 2 Time Rate Plots
Consolidation, All Loads with Time Rates
Consolidation. Additional Rebound
Collapse Potential
One Dimensional Free Swell
One Dimensional Swell, Percent Heave
One Dimensional Swell with Consolidation
Expansion Index
Denver Swell Test
Permeability, Rigid Wall
Permeability. Flexible Wall
Triaxial Shear, CU. 1 Point
Triaxial Shear, CU, 3 Points
Triaxial Shear, UU, 1 Point
Triaxial Shear, UU, 3 Points
Triaxial Shear. UU Saturated, 1 Point
Triaxial Shear, UU Saturated, 3 Points
Triaxial Test. TEX117E. Part I
Triaxial Test, TEX117E, Part II
Resonant Column Torsional Shear
Invoice Name Test iVIethod^ Price
UNCONFINED COMP STR. D2166 $135.00 each
DIRECT SHEAR. 1 PT. D3080 $125.00 each
DIRECT SHEAR. 3 PTS. D3080 $350.00 each
CONSOL W/OTR D2435 $330.00 each
CONSOL. W/2 TR D2435 $425.00 each
CONSOL ALLTR D2435 $600.00 each
CONSOL. ADD. REBOUND D2435 $75.00 each
COLLAPSE POTENTIAL D5333 $175.00 each
ONEDIM FREE SWELL D4546 $150.00 each
ONEDIM SWELL % HEAVE D4546 $240.00 each
ONEDIMSWELL W/CONSOL D4546 $450.00 each
EXPANSION INDEX D4829 $175.00 each
DENVER SWELL TEST $65.00 each
PERMEABILITY, RIGID D2434 $225.00 each
PERMEABILITY. FLEX D5084-Method C $300.00 each
TRIAX. CU, 1 POINT D4767 $450.00 each
TRIAX, CU. 3 POINTS D4767 $1,200.00 each
TRIAX, UU, 1 POINT D2850 $200.00 each
TRIAX, UU. 3 POINTS D2850 $550.00 each
TRIAX. UU SAT. 1 POINT D2850-Modified $270.00 each
TRIAX. UU SAT, 3 POINTS D2850-Modifled $750.00 each
TRIAX.TEX117E-PARTI TEX117E $2,200.00 each
TRIAX,TEX117E-PARTII TEX117E $2,200.00 each
RCTS $4,000.00 each
AGGR.EGATE TESTS
Test
Acid Solubility
Air Degradation
ASR Reactivity. Long Method
ASR Reactivity. Short method
Clay Lumps and Friable Particles, per sz
Cleanness Value
Coarse Durability
Fine Durability
Coarse Specific Gravity & Absorption
Fine Specific Gravity & Absorption
Flat and Elongated Particles, per size *
Fractured Faces, per size *
Ughtwelght Pieces **
Los Angeles Abrasion, Large Aggregate
Los Angeles Abrasion. Small Aggregate
Mortar Sand Strength
Organic Impurities
Potential Reactivity (Chem. Method)
Sand Equivalent 1 point
Sand Equivalent. 3 points
Sieve Analysis, % Finer than 200 Sieve
Invoice Name
SOLUBILITY, ACID
AG AIR DEGRADATION
AG ASR REACT.,. LONG
AG ASR REACT., SHORT
AG CLAY LUMP/FRIABLE
AG CLEANNESS VALUE
AG COARSE DURABIUTY
AG FINE DURABIUTY
AG COARSE SPG/ABSORP
AG FINE SPG/ABSORP
AG FLAT&ELONG/SIZE
AG FRACT. FACES/SIZE
AG LIGHTWT. PIECES
AG LA ABRASION, LG
AG LA ABRASION, SM
AG MORTAR SAND STR.
AG ORGANIC IMPURITIES
AG POT. REACT. CHEM.
AG SAND EQUIV., 1PT.
AG SAND EQUIV.. SPT.
SIEVE ANALYSIS,-200
Test l\Aethod^ Price
AWWA B100 $100.00 each
ITD T15 $200.00 each
C227, C1293 $2,100.00 each
C1260. C1567 $1,050.00 each
C142 $100.00 each
CTM227 $150.00 each
D3744 $150.00 each
D3744 $110.00 each
C127 $60.00 each
C128 $100.00 each
D4791 $75.00 each
D5821 $100.00 each
C123 $330.00 each
C535 $200.00 each
C131 $175.00 each
C87, CTM515 $550.00 each
C40 $60.00 each
C289 $700.00 each
D2419 $70.00 each
D2419 $130.00 each
C117, D1140 $80.00 each
AGGREGATE TESTS (contiiiyedl
Test
Sieve Analysis. Fine
Sieve Analysis, Coarse
Sieve Analysis. Coarse and Fine
Soundness of Aggregate, per size *
Unit Weight
Water Content
Texas Wet Ball Mill
*Note: Tests are billed by each size fraction tested, specific test method.
invoice Name
SIEVE ANALYSIS. F
SIEVE ANALYSIS. C
SIEVE ANALYSIS. C&F
AG SULFATE SOUND/SZ.
AG UNIT WEIGHT
WATER CONTENT
TX WET BALL MILL
Test Method^
C136, D422. D6913
C136. D422, D6913
C136. D422. D6913
C88
C29
D2216
TEX116E
Price
$120.00 each
$100.00 each
$150.00 each
$140.00 each
$60.00 each
$25.00 each
$250.00 each
The quantity of fractions tested is dependent on the sample gradation and
"Note: Tests are billed by each size fraction tested, and the specific gravity of the test solution used (2,0 and/or 2.4). The auantitv of fractions tested is dependent on the sample gradation. "^ur^.tj. mequaniiiy
ROCK TESTS
Test
Dimension Stone, Absorption/Spec. Grav.
Dimension Stone. Compressive Strength
Dimension Stone. Flexural Strength
Dimension Stone. Modulus Of Rupture
Direct Shear. 1 Point
Direct Shear. 3 Points
Direct Shear, 5 Points
Mohs Hardness
Point Load Index
Point Load, Set of 10
Slake Durability
Splitting Tensile Strength
Triaxial Shear, Hard Rock
Triaxial Shear. Weak Rock
Triaxial Shear. Weak w Mod. of Rup.
Triaxial Shear. Weathered Rock
Unconfined Compression
invoice Name
DIM STONE-ABS/SPG
DIM STONE-COMPRESS
DIM STONE-FLEX STR
DIM STONE-MD OF RUP
ROCK DIR. SHEAR, 1PT
ROCK DIR. SHEAR. SPT
ROCK DIR. SHEAR. 5PT
ROCK MOHS HARDNESS
ROCK PT LOAD INDEX
ROCK PT LOAD SET/10
ROCK SLAKE DURABIL.
ROCK SPUT. TENSILE
ROCK TRIAX. HARD
ROCK TRIAX, WEAK
ROCK TRIAX, WEAK/MOD
ROCK TRIAX. WEATHERD
ROCK UNCON. COMP.
CONCRETE TESTS
Test Method^
C97
C170
C880
C99
D5607
D5607
D5607
D5731
D5731
D4644
D3967
D7012
D7012
D7012
D7012
D7012
Price
$210.00 set/5
$210.00 set/5
$210.00 set/5
$210.00 set/5
$140.00 each
$350.00 each
$600.00 each
$25.00 each
$20.00 each
$125.00 each
$185.00 each
$125.00 each
$225.00 each
$350.00 each
$450.00 each
$225.00 each
$125.00 each
Test
Unconfined Compression W/Mod of Rup
Compression
Core Compression
Creep
Cylinder Unit Weight
Drying Shrinkage, set of S
Flexural Strength
Modulus of Elasticity
Splitting Tensile Strength
Concrete Core Thickness
Laboratory Trial Batch
RCC Compression
Shotcrete Compression
Invoice Name
ROCK UC/MOD OF RUP
CONCRETE COMPRESSION
CONCRETE CORE COMP.
CONCRETE CREEP
CONC. CYL. UNIT WT.
CONC. DRY SHRINKAGE
CONC. FLEX STRENGTH
CONC. MOD OF ELAST
CONC. SPLIT. TENSILE
CONC. CORE THICKNESS
CONCRETE TRIAL BATCH
RCC COMPRESSION
SHOTCRETE COMPRESS.
Test IWethod^ Price
D7012 $250.00 each
C39 $30.00 each
C42 $65.00 each
C512 $2,000.00 each
C567 $100.00 each
C157 $440.00 each
C78 $100.00 each
C469 $250.00 each
C496 $80.00 each
C174 $10.00 each
C192 $1,000.00 each
C39 $60.00 each
C1140 $80.00 each
MASONRY TESTS
Test Invoice Name Test Method^ Price
Grout Compression GROUT COMPRESSION C1019 $30.00 each
Mortar Compression MORTAR COMPRESSION C942 $30.00 each
Core Compression MASONRY CORE COMP. CADSA $60.00 each
Core Shear MASONRY CORE SHEAR CADSA $50.00 each
Prism Compression MASONRY PRISM COMP. C1314 $110.00 each
CMU Absorption and Received Moisture CMU ABSORP/MOIST. C140 $75.00 each
CMU Compression CMU COMPRESSION C140 $100.00 each
CMU Dimension Verification CMU DIMENSION VERIF. C140 $25.00 each
CMU Lineal Shrinkage CMU LINEAL SHRINKAGE C426 $175.00 each
ASPHALT TESTS
BINDER TESTS
Test invoice Name Test Method^ Price
Absolute Viscosity AC ABSOLUTE VIS. D2171 $210.00 each
Bitumen Penetration AC BIT. PENETRATION $75.00 each
Kinematic Viscosity AC KINEMATIC VISC. D2170 $190.00 each
Recovery by Roto-Vapor AC RECOVERY ROTOVAP D5404 $365.00 each
Softening Point. Ring & Ball AC SOFT. PT.. R&B D36 $100.00 each
MIX PROPERTY TESTS
Test Invoice Name Test Method^ Price
Gradation of Extracted Aggregate AC AGGREGATE GRADATION D5444 $100.00 each
Core Thickness AC CORE THICKNESS D3549 $10.00 each
AC Content by Extraction AC EXTRACTION D2172 $200.00 each
Hveem Stability AC HVEEM STABILITY D1560 $100.00 each
AC Content by Ignifion Oven AC IGNITION OVEN D6307. T308 $140.00 each
Ignifion Oven Calibration AC IGNT. OVEN CAUB. D6307 $300.00 each
Moisture Content AC MOISTURE CONTENT $50.00 each
AC Content by Nuclear Gauge AC NUC. CONT. GAUGE D4125 $200.00 each
Marshall Stability and Flow AC STABILITY & FLOW D6927 $150.00 each
Swell AC SWELL CTM307 $100.00 each
Core Unit Weight & Thickness AC CORE WT./TH1CK. D1188. D2726 $50.00 each
DESIGN AND DENSITY TESTS
Test invoice Name Test Method^ Price
Centrifuge Kerosene Equivalent AC CKE CTM303 $240.00 each
Film Stripping AC FILM STRIPPING $120.00 each
Index of Retained Strength AC INDEX RET. STRGTH $1,000.00 each
Unit Weight, Gryratory Metiiod AC UNIT WT., GYRA. T312 $350.00 each
Unit Weight, Hveem Method AC UNIT WT.. HVEEM D1561 $285.00 each
Unit Weight Marshall Method AC UNIT WT.. MARSH. D6926 $210.00 each
Maximum Theoretical Specific Gravity AC M/^X THEO. SPG D2041 $145.00 each
Moisture Induced Damage AC MOIST. IND. DAM. T283 $1,500.00 each
Caltrans Tensile Strength Ratio AC CALTRANS TS CTM371
Moisture Vapor Susceptibility AC MOIST. VAPOR SUS. $250.00 each
Mix Design, Hveem Method W/RAP HVEEM DESIGN W/RAP $7,600.00 each
Mix Design, Hveem Method HVEEM MIX DESIGN $5,400.00 each
Mix Design, Marshall Method MARSHALL MIX DESIGN $3,000.00 each
Mix Design. Superpave Method SUPERPAVE MIX DSGN $6,000.00 each
lETAL TESTS
BOLT TESTS
Test
Bolt Assembly Suite (Bolt Nut Washer)
Bolt Hardness
Bolt Proof Load
Bolt Wedge Tensile
Nut Hardness
Nut Proof Load
Washer Hardness
Invoice Name
BOLT ASSEMBLY SUITE
BOLT HARDNESS
BOLT PROOF LOAD
BOLT WEDGE TENSILE
NUT HARDNESS
NUT PROOF LOAD
WASHER HARDNESS
Test Method^
F606
E18
F606
F606
E18
F606
E18
Price
$210.00 each
$25.00 each
$35.00 each
$35.00 each
$25.00 each
$35.00 each
$25.00 each
*Note: An 'assembly'is one bolt, one nut and one washer. The suite consists of a bolt wedge tensile test, bolt and nut proof
load tests, and hardness tests on each piece.
METAL TESTS (contiriyed)
STRUCTURAL METAL TESTS
Test
Bend
Charpy Impact, Set of 3 *
Rebar Coupler Slippage
Rebar Coupler Tensile
CTM 670 Sti-aln (Elongation)
PT Strand Tensile
Spliced Specimen Tensile
Tensile <2.0 Sq. In. Cross-Sect.
Tensile >2.0 Sq. In. Cross-Sect.
Rockwell Hardness
invoice Name Test Method* Price
METAL. BEND A370 $40.00 each
METAL. CHARPY, SET/3 A370. A673 $300.00 set
METAL. COUPLER SUP A370 $130.00 each
METAL. COUPLER TENS. A370 $80.00 each
METAL, CTM670 STRAIN CTM670 $15.00 each
METAL.PT TENSILE A370 $145.00 each
METAL, SPLICE TENS. A370 $80.00 each
METAL. TENSILE <2" A370 $85.00 each
METAL. TENSILE >2" A370 $140.00 each
ROCKWELL HARDNESS E18 $30.00 each
*Note: Price does not included cost of machining test specimens. Price is for testing at 40 F; other test temperatures
in additional fees. will result
SAMPLE PREPARATION
Test
Rock Sample Preparation
Sample Crushing
Sample Cutting and Trimming
Sample Mixing and Processing
Sample Preparation
Sample Preparation, per hour
Sample Remolding
Contamination Fee
Sample Disposal Fee
MISCELLANEOUS TESTS
Test
Fireproofing Density
Hydraulic Ram Calibration
Non-Masonry Grout Compression
Pocket Penetration Value
Roof Tile Absorption
Roofing, Unit Weight of Surfacing
M^^1t-'1,E PREP/.RATION AND mtSCfl: i.AN£Q.US TESTS
Test Method* Invoice Name
ROCK SAMPLE PREP.
SAMPLE CRUSHING
SAMPLE CUT & TRIM
SAMPLE MIX&PROCESS
SAMPLE PREPARATION
SAMPLE PREP./HR.
SAMPLE REMOLDING
CONTAMINATION FEE
SAMPLE DISPOSAL FEE
Invoice Name
FIREPROOFING DENSITY
HYDRAULIC RAM CALIB.
NON-MAS. GROUT COMP.
POCKET PENETRATION
ROOF TILE ABSORPTION
ROOF UNIT WT. SURF.
Test Method*
E605
C579
D2829
Price
$80.00 each
$100.00 each
$30.00 each
$40.00 each
$25.00 each
$90.00 hour
$75.00 each
$250.00 each
$10.00 each
Price
$50.00 each
$200.00 each
$30.00 each
$10.00 each
$100.00 each
$100.00 each
OTHER EQUIPMENT CHARGES
MATERIALS TESTING EQUIPMENT
Equipment
Anchor Bolt Testing Device
Asphalt Sampling Box
invoice Name
ANCHOR BOLT TST/DAY
ASPHLT SAMPLE BOXES
Test Method*
OTHER EQUIPMENT CHARGES
Price
$150.00/day
$1.15 each
MATERIALS TESTING EQUIPMENT
Equipment
Brinell Hardness Tester
Concrete Rebound (Schmidt) Hammer
Concrete Vapor Emission Test Kit
Coring Machine
Coring Machine with Generator
Cylinder Mold
Diamond Bit Core Barrel Charge
2" Diameter
3" Diameter
4" Diameter
6" Diameter
Digital Thickness Gauge
FerroScan Equipment
Floor Flatness Testing Device
Floor Flatness Testing Device
Hand Auger and Soil Sampler
Magnetic Particle Testing Device
Rebar Locator (R Meter, Pachometer
Skidmore Bolt Tension Calibrator
Torque Wrench, up to 1,000 foot-pounds
Ultrasonic Testing Device
invoice Name
BRINELL HARDNESS/DAY
SCHMIDT HAMMER/DAY
MOIST FLOOR/SALB TST
CORING MACHINE /DAY
CORING MCH W/GEN DAY
CYLINDER MOLDS
CORING. 2" DIAM./IN
CORING, 3" DIAM./IN
CORING, 4" DIAM./IN
CORING. 6" DIAM./1N
THICKNESS GAUGE /DAY
FERROSCAN EQUIPMENT
FLOOR FLATNESS/SF
FLOOR FLATNESS TST
HAND AUGER/DAY
MAGNETIC PARTICLE
REBAR LOCATOR/DAY
SKID WILH BOLT/DAY
TORQUE WRENCH/DAY
UT TESTING EQUIP/DAY
Test Method*
E10
C805
F1869
E1155
El 155
ASNT, AWS B1.1
A325, A490
A325, A490
ASNT, AWS B1.1
Price
$20.00 /day
$55.00 / day
$30.00/ kit
$85.00 /day
$165.00/day
$3.00 each
$2.20 / inch
$3.30 / inch
$4.40 / inch
$6.60 / inch
$50.00 /day
$275.00 /day
$0.10/sqft
$150.00/day
$77.00 /day
$45.00/day
$75.00 / day
$55.00/day
$50.00 / day
$75.00 /day
OTHER EQUIPMENT CHARGES
VEHICLES
Description
Mileage, 2 Wheel Drive (Per Mile)
Vehicle w/Nuclear Dens Equip (Per Hour)
Invoice Name
MILEAGE. 2 WH/MILE
VEH W/ND EQUIP/HR
Price
$0.55/ mile
$2.00/ hour
ENVIRONMENTAL SAMPLING AND TESTING
Description
Disposable Bailer
Conductivity, pH. and Temperature Monitor
Distilled Water
Hand Auger and Soil Sampler
Interface Probe (Oil/Water)
Portable Generator
Measuring Wheel
Turbidity Meter
Dissolved Oxygen Meter
Price
$18.15 each
$60/day
$S/gallon
$77/day
$166/day
$151/day
$18.15/day
$66/day
$59/day
ENVIRONMENTAL SAMPLING AMD TESTING Icontinyed]
Description
Water Level Indicator
Vacuum Pump
Horiba Water Quality Meter
Groundwater Pump (4")
Groundwater Pump (2")
Price
$60/day
$38.12/day
$105/day
$157.50/day
$130.20/day
HEALTH AND SAFET
Description Price
Calibration Gas $9.65/day
Calibration Gas Regulator $8.76/day
Camera and Film or Digital Camera $36.30/day
Combustible Gas Analyzer $71.50/day
Draeger Tube $16.48 each
Personal Air Sampling Pump $98/day
Level B Protection $298/day
Level C Protection $190/day
Level D Protection $54/day
Limited Level D Protection $42.90/day
Oxygen Analyzer $54/day
Photoionization Detector $190/day
Flame Ionization Detector $220/day
Lock $8.35 each
Peristatic Pump $89/day
LEL/O2/H2S/CO Monitor $155/day
WAIVER REQUEST FORM
FACTORS IN SUPPORT OF REQUEST TO MODIFY INSURANCE REQUIREMENT(S)
Generally, a modification to the coverage requirement will be accepting a lower limit of coverage or waiving the
requirement(s).
Requested by: Bill Piummer/Utilities, Marshall Planty/fransportation October 15> 2012
(Name and Department) Date
Proposed modiiication(s) to the Prof Liability requirement(s) for Master Agreements for 2012-2015 for
Kleinfelder West, Geotechnical Services
CA917-City;CA918-CMWD
(Type of insurance) (Name of contract)
rn Reduce coverage to the amount of:
n Waive coverage
1X1 Other: Waive requirement of surplus lines carrier on the LASLI (formerly LESLI)
FACTOR(S) IN SUPPORT OF MODIFICATION(S)
(check those that apply)
nsignificance of Contractor: Contractor has previous experience with the City that is important to the
efficiency of completing the scope of work and the quality of the work-product, [explain]
nsignificance of Contractor: Contractor has unique skills and there are few if any altematives. [explain:
include number of candidates RFP sent to and number responded if applicable]
OContract Amount/Term of Contract: $ . Work will be completed over a period of
nProfessional Liability coverage is not available to this contractor or would increase the cost of the contract by
$ [explain].
I^Other (e.g. explain whv exposures are minimal, how exposures are covered in another policv, exposure
control mechanisms, and any other information pertinent to your request): Under the Nonadmitted and
Reinsurance Reform Act (NRRA). as part of the Dodd-Frank Act and implemented in Insurance Code Section
1765.1, "alien" nonadmitted insurers listed on the NAIC s (National Association oflnsurance Commissioners)
Quarterly List of Alien Insurers are eligible to accept placements of Califomia risks from surplus lines brokers.
The federal action provides for the national listing, thereby allowing alien carriers to avoid individual filing
requirements in each state such as those to be included on the LASLI (formerly LESLI). As of January 30, 2012
Llovds of London/Syndicate 2001 (Amlin Undrwr Ltd) voluntarily removed itself from the LASLI. electing to
relv on inclusion on the Quarterly List of Alien Insurers to provide insurance for Califomia risks from surplus
lines brokers. Llovds has made a filing in Califomia that permits the Department of Insurance to "recognize'"
Lloyd's syndicates in the event of an inquiry from a broker or a member of the public. However, the extent to
which standards for a surplus lines carrier on the LASLI (List of Approved Surplus Lines Insurers) versus those
on the Quarterly List of Alien Insurers is unclear as of the writing of this waiver and in recent articles appearing
in the Insurance Joumal it appears that the state's implementing legislation has resulted in issues that may need
to be resolved in court. In anv case, there is confusion among brokers and clients because there are now 2 lists in
the state, one with "approved" surplus lines carriers and the other, the national list of ^'eligible" surplus lines
carriers. Apparently Llovds is trying to work with the state to sort out some ofthe confusion and it can be
anticipated that there will be more to come on this matter. In the meantime. Llovds of London/Syndicate 2001
(Amlin Undrwr Ltd) has and continues to be the carrier for Kleinfelder West. Inc. for its pollution liability
insurance, it was on the LASLI until it requested removal, and it is the carrier for the contractor with significant
ongoing proiects in the Citv. It is requested Llovds of London/Syndicate 2001 (Amlin Undrwr Ltd) be accepted
as the carrier for professional liabilitv insurance for Kleinfelder West Inc.
Approved bv Risk Manager for these 2 contracts only:
(Signature) (Date)
I l;\V/ORD\lnsurdncc\Admin Order #68 waiver modify insuriince requirements.doc
06/15/2006