Loading...
HomeMy WebLinkAboutKleinfelder West Inc; 2012-11-28; CA918CA918 MASTER AGREEMENT FOR GEOTECHNICAL ENGINEERING SERVICES (KLEINFELDER WEST, INC.) lis AGREEMENT is made and entered into as of the day of 7/7t^1^au<J 20/^. by and between the CARLSBAD MUNICIPAL WATER DlSTPdCT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carisbad, hereinafter referred to as "CMWD", and KLEINFELDER WEST, INC., a California corporation, hereinafter referred to as "Contractor." RECITALS A. CMWD requires the professional services of a 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 CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD 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 for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment white exercising its professional skill and expertise. 3. TERM The term of this Agreement wilt be effective for a period 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 CMWD and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to In writing by the Executive Manager (or designee) or General Manager of CMWD as authorized by the Executive Manager ("General Manager"). The Executive Manager (or designee) or General Manager will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a tack of foresight on the part of Contractor, or delays caused by CMWD inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 1 General Counsel 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, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description wilt 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 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 wilt 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 wilt 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. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against alt claims, damages, losses and expenses 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 2 City Attorney Approved Version 2/17/12 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. 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-:Vll" 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 Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 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 orthe 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 City). $1,000,000 combined single-limit per accident for bodity 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 City'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. Q If box is checked. Professional Liability City'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: City Attorney Approved Version 2/17/12 10.2.1 The City will be named as an additional insured on Commercial 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 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 Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. Citv 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 City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of 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 Contractor relinquishes alt claims to the copyrights in favor of City. City Attorney 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 City and on behalf of Contractor under this Agreement are: For Citv: For Contractor: Name Skip Hammann Name Ronald Thomson Title Transportation Director Title Project Manager Dept Transportation Address 5015 Shoreham Place CITY OF CARLSBAD San Diego, CA 92122 Address 1635 Faraday Avenue Phone (858) 320-2000 Carisbad CA, 92008 Email rthomson@kleinfelder.com Phone (760) 602-2751 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 City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in alt 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 alt 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 City 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 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. City Attorney Approved Version 2/17/12 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 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 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 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 ef seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 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 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. City Attorney Approved Version 2/17/12 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. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// City Attorney 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_11 CONTRACTOR KLEINFELDER WEST, INC., a California corporation CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District ofthe City ofCarlsbad By: ^ , //////// John Moossazadeh, Vice President (print name/title) By: (sign he JohnM. Pilkington, CFO ATTEST: LOR Secretary (print name/title) If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A 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: RONALD R. BALL, General Counsel By:. Assistant General CAunsel General Counsel Approved Version 2/17/12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of'^Ml Wy) before me, ~ I Dafe ' . 1 ^ Hprp InRRrt Nan personally Date ' — . 1 ^ Here Insert Namg.aDd Title of ttie Officer appeared -J/)KKp|\pil/VnKL /XAr^ -^\AvMOtf>^lif^Mn * Name(s) of Signer(s) RHEA PRENATT Commission # 1933956 Notary Pubiic - California San Oieoo County MyC«mfa»W.M.y24,M1S| who proved to me on the basis of satisfactor evidence to be the person(s) whose name(s) is/<j subscribed to the withinJiDstrument and acknowledged to me thai he/sh^h^ executed the same in his/her/tWgjT^authorized capacity (ies), and that by his/her/tneiy signature(s) on the instrument the person(s)ror 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 inyiihand arid official seal 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 inere 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 12010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) EXHIBIT A CITY OF CARLSBAD KLEINFELDER FEE SCHEDULE FOR ENVIRONMENTAL, CONSTRUCTION MANAGEMENT AND GEOTECHNICAL/MATERIALS TESTING SERVICES PROFESSIONAL STAFF FmTES Construction Inspector 1 $ 105 / hour Professional $110/hour Staff Professional 1 $ 125 / hour Staff Professional II / Project Manager I $ 145 / hour Construction Manager $ 155 / hour Senior Construction Manager $ 165 / hour Project Professional / Project Manager II $ 165 /'hour Senior Professional / Senior Project Manager $ 175 / hour Project Manager III $ 135 / hour Principal / Principal Professional $ 195 / hour Program/Client Manager $ 200 / hour Senior Principal / Senior Principal Professional $ 200 / hour Expert Witness $ 340 / hour MMtHISTRATIVE/fl-CHNICAl S] Af F fiATL& Administrative I $ 75/hour Materials Tester / Special Inspector $ 88 / hour Soils Tichnlclan , $ 88/hour Supervisory Technician $ 90 / hour Draftsperson $115/hour CADD Operator $ 140 / hour Designer $150/hour Minimum Charges for Office Time Per Day One Hour at Applicable Rate All sen/ices will be charged portal-to-portal when applicable. Public works projects or projects receiving public funds may be subject to Prevailing Wage laws. The above rates apply to projects subject to prevailing wages. * Applies to all professional rates including but not limited to civil, mechanical, chemical, electrical, geotechnical and environmental engineers; industrial hygienists; geologists; hydrogeologists; hydrologists; and computer specialists. BASIS OF CHARGES 1. Listed on the attached page are typical prices for services most frequently performed by Kleinfelder. Prices for other services, including special quotes for volume work, will be given upon request, but will be subject to the terms set forth below. 2. 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 professional negligent acts, errors or omissions to $50,000 or the consultant's fee, whichever is greater. Kleinfelder's liability (as defined above) on Materials Testing projects will be limited to the greater of $2,500 or the amount of the Kleinfelder's fee. 3. Invoices will be issued on a monthly basis, or upon completion of a project, whichever is sooner. The net amount of Invoices is payable on 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 1.5% per month, which is an ANNUAL PERCENTAGE RATE of 18%. 4. A two-hour minimum charge will be made for all field services then actual hours worked thereafter. 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 times the hourly rate. 7. Per diem will be charged at a rate of $140 per day per person or expenses plus 20%, whichever is greater. Per diem will be charged for all projects in excess of 50 miles from the nearest Kleinfelder office. 8. Outside services will include a 20% markup, unless othenvise noted. 9. The proposed fee includes standard invoicing with time detail summary. Additional administrative time will be charged if invoice backup information (timesheets, daily field reports, or work summaries) is requested. 10. Certified payroll for prevailing wage projects will be provided only if requested and will be subject to additional charges for administrative time for each pay period. 11. Kleinfelder carries Worker's Compensation Insurance (including Employer's Liability), Comprehensive General Liability and property damage insurance for its own equipment, and will furnish certificates upon request. 12. Kleinfelder routinely disposes of non-environmental and uncontaminated samples after submission of our final report and resen/es the right to return environmental sample to client, at its expense, after submission of our final report. 13. Proper disposal or handling of soil boring cuttings, well development and purge waters, decontamination solutions, and other contaminated/potentially contaminated materials is 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. 15. Kleinfelder reserves the right to adjust the fee schedule on projects not completed within 180 days from the contract signature date. For time and materials projects, any not to exceed amount will be similarly adjusted. SOIL TESTS SOIL DENSITY 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 Method^ 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 CTM 373,1 Ume Content, W/O Opt Moist CTM 373,1 Lime Content CTM 373, 3 Lime Contents Eades and Grim Test (Opt. Lime Content) Resilient Modulus Invoice Name CTM 373, CHECK POINT CTM 373,1 LIME % CTM 373, 3 LIME %'S EADES AND GRIM TEST RESILIENT MODULUS Test Method* CTM373 CTM373 CTM373 C977 T307 Price $150.00 each $350.00 each $950.00 each $135.00 each $450.00 each SOIL TESTS Icootlnyed) SOIL STRENGTH AND PERMEABILITY TESTS Test invoice Name Test Method^ Price Unconfined Compressive Strength UNCONFINED COMP STR. D2166 $135.00 each Direct Shear, 1 Point DIRECT SHEAR. 1 PT. D3080 $125.00 each Direct Shear, 3 Points DIRECT SHEAR. 3 PTS. D3080 $350.00 each Consolidation without Time Rate Plots CONSOL W/OTR D2435 $330.00 each Consolidation with 2 Time Rate Plots CONSOL. W/2 TR D2435 $425.00 each Consolidation, All Loads with Time Rates CONSOL ALL TR D2435 $600.00 each Consolidation, Additional Rebound CONSOL ADD. REBOUND D2435 $75.00 each Collapse Potential COLLAPSE POTENTIAL D5333 $175.00 each One Dimensional Free Swell ONEDIM FREE SWELL D4546 $150.00 each One Dimensional Swell, Percent Heave ONEDIM SWELL % HEAVE D4546 $240.00 each One Dimensional Swell with Consolidation ONEDIMSWELL W/CONSOL D4546 $450.00 each Expansion Index EXPANSION INDEX D4829 $175.00 each Denver Swell Test DENVER SWELL TEST $65.00 each Permeability, Rigid Wall PERMEABILITY, RIGID D2434 $225.00 each Permeability, Flexible Wall PERMEABILITY, FLEX D5084-Method C $300.00 each Triaxial Shear, CU, 1 Point TRIAX, CU, 1 POINT D4767 $450.00 each Triaxial Shear, CU, 3 Points TRIAX, CU, 3 POINTS D4767 $1,200.00 each Triaxial Shear, UU, 1 Point TRIAX, UU, 1 POINT D2850 $200.00 each Triaxial Shear, UU, 3 Points TRIAX, UU, 3 POINTS D2850 $550.00 each Triaxial Shear, UU Saturated, 1 Point TRIAX, UU SAT, 1 POINT D2850-Modified $270.00 each Triaxial Shear, UU Saturated, 3 Points TRIAX, UU SAT, 3 POINTS D2850-Modified $750.00 each Triaxial Test, TEX117E, Part 1 TRI/\X,TEX117E-PART1 TEX117E $2,200.00 each Triaxial Test, TEX117E, Part II TRIAX,TEX117E-PARTI1 TEX117E $2,200.00 each Resonant Column Torsional Shear RCTS $4,000.00 each AGGREGATE TESTS Test invoice Name Test Method^ Price Acid Solubility SOLUBILITY, ACID AWWA B100 $100.00 each Air Degradation AG AIR DEGRADATION ITD T15 $200.00 each ASR Reactivity, Long Method AG ASR REACT.,, LONG C227, C1293 $2,100.00 each ASR Reactivity, Short method AG ASR REACT., SHORT C1260, C1567 $1,050.00 each Clay Lumps and Friable Particles, per sz * AG CLAY LUMP/FRIABLE C142 $100.00 each Cleanness Value AG CLEANNESS VALUE CTM227 $150.00 each Coarse Durability AG COARSE DURABILITY D3744 $150.00 each Fine Durability AG FINE DURABILITY D3744 $110.00 each Coarse Specific Gravity & Absorption AG COARSE SPG/ABSORP C127 $60.00 each Fine Specific Gravity & Absorption AG FINE SPG/ABSORP C128 $100.00 each Flat and Elongated Particles, per size * AG FLAT&ELONG/SIZE D4791 $75.00 each Fractured Faces, per size * AG FRACT. FACES/SIZE D5821 $100.00 each Lightweight Pieces ** AG LIGHTWT. PIECES C123 $330.00 each Los Angeles Abrasion, Large Aggregate AG LA ABRASION, LG C535 $200.00 each Los Angeles Abrasion, Small Aggregate AG LA ABRASION. SM C131 $175.00 each Mortar Sand Strength AG MORTAR SAND STR. C87, CTM515 $550.00 each Organic Impurities AG ORGANIC IMPURITIES C40 $60.00 each Potential Reactivity (Chem. Method) AG POT. REACT. CHEM. C289 $700.00 each Sand Equivalent, 1 point AG SAND EQUIV., 1PT. D2419 $70.00 each Sand Equivalent, 3 points AG SAND EQUIV.. 3PT. D2419 $130.00 each Sieve Analysis, % Finer than 200 Sieve SIEVE ANALYSIS, -200 C117, D1140 $80.00 each AGGREGATE TESTS Icontinyed] 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 tiie test solution used (2,0 and/or 2.4). The quantity of fractions tested is dependent on the sample gradation. ROCK TESTS Test Invoice Name Test Method^ Price Dimension Stone, Absorption/Spec. Grav. DIM STONE-ABS/SPG C97 $210.00 set/5 Dimension Stone, Compressive Strength DIM STONE-COMPRESS C170 $210.00 set/5 Dimension Stone, Flexural Strength DIM STONE-FLEX STR C880 $210.00 set/5 Dimension Stone, Modulus Of Rupture DIM STONE-MD OF RUP C99 $210.00 set/5 Direct Shear, 1 Point ROCK DIR. SHEAR, 1PT D5607 $140.00 each Direct Shear, 3 Points ROCK DIR. SHEAR, 3PT D5607 $350.00 each Direct Shear, 5 Points ROCK DIR. SHEAR, 5PT D5607 $600.00 each Mohs Hardness ROCK MOHS HARDNESS $25.00 each Point Load Index ROCK PT LOAD INDEX D5731 $20.00 each Point Load, Set of 10 ROCK PT LOAD SET/10 D5731 $125.00 each Slake Durability ROCK SLAKE DURABIL. D4644 $185.00 each Splitting Tensile Strength ROCK SPLIT. TENSILE D3967 $125.00 each Triaxial Shear, Hard Rock ROCK TRIAX, HARD D7012 $225.00 each Triaxial Shear, Weak Rock ROCK TRIAX, WEAK D7012 $350.00 each Triaxial Shear, Weak w Mod. of Rup. ROCK TRIAX, WEAK/MOD D7012 $450.00 each Triaxial Shear, Weathered Rock ROCK TRIAX, WEATHERD D7012 $225.00 each Unconfined Compression ROCK UNCON. COMP. D7012 $125.00 each CONCRETE TESTS Test Invoice Name Test Method^ Price Unconfined Compression W/Mod of Rup ROCK UC/MOD OF RUP D7012 $250.00 each Compression CONCRETE COMPRESSION C39 $30.00 each Core Compression CONCRETE CORE COMP. C42 $65.00 each Creep CONCRETE CREEP C512 $2,000.00 each Cylinder Unit Weight CONC. CYL UNIT WT. C567 $100.00 each Drying Shrinkage, set of 3 CONC. DRY SHRINKAGE C157 $440.00 each Flexural Strength CONC. FLEX STRENGTH C78 $100.00 each Modulus of Elasticity CONC. MOD OF ELAST C469 $250.00 each Splitting Tensile Strength CONC. SPLIT. TENSILE C496 $80.00 each Concrete Core Thickness CONC. CORE THICKNESS C174 $10.00 each Laboratory Trial Batch CONCRETE TRIAL BATCH C192 $1,000.00 each RCC Compression RCC COMPRESSION C39 $60.00 each Shotcrete Compression SHOTCRETE COMPRESS. C1140 $80.00 each lASO^RY TESTS Test Grout Compression Mortar Compression Core Compression Core Shear Prism Compression CMU Absorption and Received Moisture CMU Compression CMU Dimension Verification CMU Lineal Shrinkage Invoice Name GROUT COMPRESSION MORTAR COMPRESSION MASONRY CORE COMP. MASONRY CORE SHEAR MASONRY PRISM COMP. CMU ABSORP/MOIST. CMU COMPRESSION CMU DIMENSION VERIF. CMU LINEAL SHRINKAGE Test Method-*- C1019 C942 CADSA CADSA C1314 C140 C140 C140 C426 Price $30.00 each $30.00 each $60.00 each $50.00 each $110.00 each $75.00 each $100.00 each $25.00 each $175.00 each ASPHALT TESTS BINDER TESTS Test Absolute Viscosity Bitumen Penetration Kinematic Viscosity Recovery by Roto-Vapor Softening Point, Ring & Ball Invoice Name AC ABSOLUTE VIS. AC BIT. PENETRATION AC KINEMATIC Vise. AC RECOVERY ROTOVAP AC SOFT. PT., R&B Test Method^ D2171 D2170 D5404 D36 Price $210.00 each $75.00 each $190.00 each $365.00 each $100.00 each MIX PROPERTY TESTS Test Gradation of Extracted Aggregate Core Thickness AC Content by Extraction Hveem Stability AC Content by Ignition Oven Ignition Oven Calibration Moisture Content AC Content by Nuclear Gauge Marshall Stability and Flow Swell Core Unit Weight & Thickness Invoice Name Test Method^ AC AGGREGATE GRADATION D5444 AC CORE THICKNESS D3549 AC EXTRACTION D2172 AC HVEEM STABILITY Dl 560 AC IGNITION OVEN D6307, T308 AC IGNT. OVEN CALIB. D6307 AC MOISTURE CONTENT AC NUC. CONT. GAUGE D4125 AC STABILITY & FLOW D6927 AC SWELL CTM307 AC CORE WT./THICK. Dl 188, D2726 Price $100.00 each $10.00 each $200.00 each $100.00 each $140.00 each $300.00 each $50.00 each $200.00 each $150.00 each $100.00 each $50.00 each DESIGN AND DENSITY TESTS Test Centrifuge Kerosene Equivalent Film Stripping Index of Retained Strength Unit Weight, Gryratory Method Unit Weight, Hveem Method Unit Weight, Marshall Method Maximum Theoretical Specific Gravity Moisture Induced Damage Caltrans Tensile Strength Ratio Moisture Vapor Susceptibility Mix Design, Hveem Method W/RAP Mix Design, Hveem Method Mix Design, Marshall Method Mix Design, Superpave Method Invoice Name AC CKE AC FILM STRIPPING AC INDEX RET. STRGTH AC UNIT WT., GYRA. AC UNIT WT., HVEEM AC UNIT WT.. MARSH. AC MAX THEO. SPG AC MOIST. IND. DAM. AC CALTRANS TS AC MOIST. VAPOR SUS. HVEEM DESIGN W/RAP HVEEM MIX DESIGN MARSHALL MIX DESIGN SUPERPAVE MIX DSGN Test Method^ CTM303 T312 D1561 D6926 D2041 T283 CTM371 Price $240.00 each $120.00 each $1,000.00 each $350.00 each $285.00 each $210.00 each $145.00 each $1,500.00 each $250.00 each $7,600.00 each $5,400.00 each $3,000.00 each $6,000.00 each BOLT TESTS Test Bolt Assembly Suite (Bolt, Nut. Washer) * Bolt Hardness Bolt Proof Load Bolt Wedge Tensile Nut Hardness Nut Proof Load Washer Hardness lETAL TESTS 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. STRUCTURAL METAL TESTS Test Bend Charpy Impact. Set of 3 * Rebar Coupler Slippage Rebar Coupler Tensile CTM 670 Strain (Elongation) PT Strand Tensile Spliced Specimen Tensile Tensile <2.0 Sq. In. Cross-Sect Tensile >2.0 Sq. In. Cross-Sect Rockwell Hardness lETAL TESTS (continued) Invoice Name METAL, BEND METAL. CHARPY, SET/3 METAL. COUPLER SLIP METAL COUPLER TENS. METAL, CTM670 STRAIN METAL PT TENSILE METAL, SPLICE TENS. METAL. TENSILE <2" METAL, TENSILE >2" ROCKWELL HARDNESS Test Method^ Price A370 $40.00 each A370, A673 $300.00 set A370 $130.00 each A370 $80.00 each CTM670 $15.00 each A370 $145.00 each A370 $80.00 each A370 $85.00 each A370 $140.00 each E18 $30.00 each *Note: Price does not included cost of machining test specimens. Price is for testing at 40 F; other test temperatures will result in additional fees. SAMPLE PREPARATION AND MISCELLANEOUS TESTS 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 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^ 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 BOLTTST/DAY ASPHLT SAMPLE BOXES Test Method^ OTHER EQUIPfVIENT 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./1N CORING. 6" D1AM./IN 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 E1155 ASNT, AWS BL1 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 /sq ft $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 ENVIRONMENTAL SAMPLING AND TESTING Price $0.55/ mile $2.00/ hour 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 $3/gallon $77/day $166/day $151/day $18.15/day $66/day $59/day ENVIRONMENTAL SAMPLING AND TESTING Icontinuedl Description Price Water Level Indicator $60/day Vacuum Pump $38.12/day Horiba Water Quality Meter $105/day Groundwater Pump (4") $157.50/day Groundwater Pump (2") $130.20/day HEALTH ANO SAFETY 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 Plummer/Utilities, Marshall Plantz/rransportation October 15,2012 (Name and Department) Date Proposed modification(s) to the Prof Liability requirement(s) for Master Agreements for 2012-2015 for Klpinfelder West Ceotechnical Services Rlemteider west, CA917-City; CA918-CMWD (Type of insurance) (Name of contract) Q Reduce coverage to the amount of: n Waive coverage 13 Other: Waive requirement of surplus lines canier on the LASLI (formerly LESLI) FACTOR(S) IN SUPPORT OF MODIFICATION(S) (check those that apply) riSianificance 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] •Contract Amount/Term of Contract: $ . Work will be completed over a period of •Professional Liability coverage is not available to this contractor or would increase the cost ofthe contract by $ [explain]. , , I^Other (e.g. explain whv exposures are minimaL how exposures are covered in another policv. exposure control mechanisms, and anv other information pertinent to vour request): Under the Nonadmitted and Reinsurance Refonn Act (NRRA)> as part of the Dodd-Frank Act and implemented in insurance Code Section 1765.L "alien" nonadmitted insurers listed on the NAIC's (National Association oflnsurance Commissioners) Ouarteriv 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 (formeriv LESLD. As of January 30,2012 Llovds of London/Syndicate 2001 (Amlin Undrwr Ltd) voluntarily removed itself from the LASLL electing to rely on inclusion on the Ouarteriv List of Alien Insurers to provide insurance for Califomia risks from surplus lines brokers. Lloyds has made a filing in Califomia that permits the Department oflnsurance to ^'recognize'' Lloyd's syndicates in the event of an inquiry from a broker or a member ofthe public. However, the extent to which standards for a surplus lines canier on the L ASLI (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/Svndicate 2001 (Amlin Undrwr Ltd) has and continues to be the carrier for Kleinfelder West Inc. for its pollution liabilitv insurance, it was on the LASLI until it requested removal, and it is the canier 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 onlv: (Signature) (Date) M;\WORD\lnsurancc\Admin Order #68 waiver modify insurance requirements.doc 06/15/2006