HomeMy WebLinkAboutNINYO AND MOORE; 2012-11-28; CA916PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 10
PROJECT NO. 4020
This and Fee Allotment, is entered into on
__ _....~.......,.___,.-L--"""---1--Ifi,l<""""'---&---"""<------' pursuant to an Agreement between Ninyo &
Moore, a Calif nia corpo tion, ("Contractor") and the City of Carlsbad, ("City") dated November
28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide geotechnical administrative services 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 proposed scope of work, attached as Appendix "A" for the
Cole Library Renovation Project, (the "Project"). The Project services shall include letter
preparation confirming design compliance for the Cole Library.
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
one (1) working days after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within seven (7) 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 $600.
City Attorney Approved Version 1/30/13
TABLE 1 FEE ALLOTMENT
COLE LIBRARY RENOVATION PROJECT
TASK GROUP LUMP SUM FEE
Letter preparation to AHJ (authority havinq jurisdiction) $600.00
TOTAL (Not-to-Exceed) $600.00
Executed by Contractor this ____ day of-------------' 2015.
CONTRACTOR
NINYO AND MOORE, a California
corporation
(name of Contractor)
By~gn~~
Avram Ninyo I President
(print name/title)
NINYO AND MOORE, a California
corporation
(name of Contractor)
By: c;y~~ dz. ~
(sign here)
Elaine 0. Autus I Assistant Secretary
(print name/title)
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 em powering the officer(s) signing to bind the corporation.
LSBAD, a munici I corporation of the State of California
By:
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
Appendix "A"
TASK# TASK GROUP LUMP
SUM FEE
1 Prepare letter to AHJ (authority having jurisdiction) confirming the $600.00
Letter design for the Cole Library Renovation project is compliant with
Preparation the geotechnical investigation performed in December 2014
against Task #8.
TOTAL (Not-to-Exceed) $600.00
City Attorney Approved Version 1/30/13
3
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.9
PROJECT NO. 5529
CA916
This Description and Fee Allotment, is entered into on
---:~r.'-":-'t.........I''-,L--:-:-..c-~:--:----:--.' 2015 pursuant to an Agreement between Ninyo & Moore,
a Cahf rnia corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28,
2012, (the "Agreement"), the terms of which are incorporated herein by this reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide geotechnical evaluation services 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 proposed scope of work, attached as Appendix "A" for the Poinsettia
Lift Station Emergency Pump Project (the "Project"). The Project services shall include
geotechnical field investigation, laboratory analysis and engineering and geologic report
preparation for the Poinsettia Lift Station site.
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
one (1) working day after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within one hundred (100) 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 the basis of time and materials or lump sum for each task group as
shown in Table 1. Progress payments shall be based on time and materials. 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 $15,000.
City Attorney Approved Version 1/30/13
.. .
>
TABLE 1 FEE ALLOTMENT
GEOTECHNICAL INVESTIGATION FOR THE
POINSETTIA LIFT STATION EMERGENCY PUMP PROJECT
CA916
TASK# TASK GROUP LUMP SUM
FEE
1 All work including field investigation, lab work and geotechnical $15,000.00
report as presented in Appendix "A" (Lump Sum).
TOTAL (Not-to-Exceed) $15,000.00
Executed by Contractor this ____ day of-------------' 2015.
CONTRACTOR
NINYO AND MOORE, a California
corporation
NINYO AND MOORE, a California
corporation
(name of Contractor) (name of Contractor)
By~~----By: ~~-~ 7 (sign here) . (sign here)
Avram Ninyo I President Elaine 0. Autus I Assistant Secretary
(print name/title) (print name/title)
If Contractor is a corporation, this document must be signed by one individual from each
column:
Column A Column B
Chairman, President or Vice-President Secretary, Assistant Secretary, CFO or
Assistant Treasurer ·
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
Mr. Mark Biskup
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008
Subject: Proposal for Geotechnical Evaluation
APPENDIX "A"
February 4, 2015
Proposal No. P-02-00136
Emergency Storage Basin at Poinsettia Sewage Lift Station
Carlsbad, California
Dear Mr. Biskup:
In response to your request, we are pleased to submit this proposal to perform a ge-
otechnical evaluation for design of the Emergency Storage Basin at the Poinsettia
Sewage Lift Station project. The site of the proposed lift station is located on the north
side of Poinsettia Lane, east of Alicante Road in Carlsbad. The purpose of the geotech-
nical evaluation is to assess the subsurface conditions at the site of the proposed
storage basin.
This proposal is based on a review of the 50% improvement plans prepared by Kennedy
Jenks Consultants, received on January 30, 2015; a 1993 geotechnical evaluation re-
port by others; and emails from and discussions with Mr. Tucker Southern with Kennedy
Jenks Consultants. We also reviewed in-house geologic maps and aerial photographs.
We understand that the new storage basin will be buried approximately 17 to 18 feet be-
low existing grade and will be located approximately 20 to 25 feet northeast of the
existing comminutor vault and pump station wet well. The new emergency storage basin
(tank) will have a diameter 8 feet, length of 18 feet, and capacity of approximately 5, 000
gallons.
Based on a preliminary review of the 1993 geotechnical report and in-house geologic
data, the lift station property is underlain by fill and alluvium. The 1993 geotechnical re-
5710 Ruffin Road • San Diego. California 92123 • Phone (858) 576-1000 • Fax (858) 576-9600
San Diego • Irvine • los Angeles • Rancho Cucamonga • Oakland • San Frandsco • San Jose • Sacramento
Las Vega~ • Phoenix • Tucson • Prescott Yalley • Denver • Houston
Emergency Storage Basin at Poinsettia Sewage Lift Station
Carlsbad, California
February 4, 2015
Proposal No. P-02-00136
port was prepared prior to grading of the lift station property. The site is anticipated to be
underlain by fill and alluvium. No as-built geotechnical reports documenting the place-
ment and compaction of fill soils and mitigation of potentially compressible and
liquefiable alluvial soils were available for review.
SCOPE OF SERVICES
Based on our understanding of the project, we propose the following scope of services:
• Reviewing of published geologic maps, faulting and seismic hazard reports, topo-
graphic maps, geotechnical reports and stereoscopic aerial photographs. Maps of
existing utilities provided by the client will be reviewed.
• Obtaining County of San Diego Department of Environmental Health (DEH) boring
permits.
• Reconnaissance of the site and mark-out of proposed boring locations by an engi-
neer or engineering geologist from our office. We would contact Underground
Service Alert (USA) for utility clearance. We anticipate a staff from the City of Carls-
bad would assist in locating utilities near our proposed borings.
• Drilling, logging, and sampling of two (2) soil borings with a truck mounted drill rig
equipped with hollow-stem augers. The borings would be advanced to depths up to
50 feet below existing grades (or until refusal or formational soils are encountered)
It is intended that each boring will extend at least 1 0 feet below the proposed depth
of excavation for proposed improvements. Soil samples obtained during drilling will
be returned to the laboratory for geotechnical testing. Excess drill cuttings will be
disposed of in a dirt area on the lift station property. The approximate water table
level will be measured at the time of drilling, if encountered. If an accurate evalua-
tion of the water table depth is desired, it is recommended that additional services
include the installation, measurement and monitoring of a monitoring well(s) be per-
formed as an additional service.
• Borings will be backfilled with bentonite in accordance with DEH requirements. Bor-
ings located in AC areas will be capped with Permapatch.
• Performing geotechnical laboratory testing of soil samples which may include in-
place moisture and density, gradation, shear strength, consolidation, R-value, soil
corrosivity (pH, resistivity, chloride content and sulfate content).
• Compilation and engineering analysis of data.
P02-00136 2
Emergency Storage Basin at Poinsettia Sewage Lift Station
Carlsbad, California
February 4, 2015
Proposal No. P-02-00136
• Preparing a Geotechnical Evaluation Report with our findings, conclusions and rec-
ommendations for design of the project. The report will include cqnclusions and
recommendations relative to site geology, geologic and seismic hazards, seismic
parameters, earthwork and grading, temporary slope stability, groundwater, excavat-
ibility of earth materials, shoring and dewatering, foundations, lateral earth
pressures, pipe bedding, and soil corrosivity.
ASSUMPTIONS
In preparing this proposal, we have made the following assumptions:
• Permission for site access to our personnel and vehicles will be granted.
• Environmental consulting services (e.g. Phase 1 and 2 site assessment, environ-
mental sampling, drumming of cuttings, analytical testing of the boring cuttings and
subsurface soils and groundwater, preparation of a soil and groundwater manage-
ment plan, etc.) is not included in the above scope of services. A detailed cost for
these additional environmental services will be provided upon request.
• If an accurate evaluation of the water table depth is desired, it is recommended that
additional services include the installation, measurement and monitoring of a moni-
toring well(s) be performed as an additional service. A detailed cost for this
additional service will be provided upon request.
• This is a non-prevailing wage project with regard to our drilling subcontractor.
FEE ESTIMATE
Our lump sum fee to perform the services outlined above will be $15,000 (Fifteen Thou-
sand Dollars). Our services will be accumulated in accordance with the current Fee
Schedule for our master services agreement for on-call geotechnical consulting services
contract on file with the City of Carlsbad.
Additional services beyond the above scope of services (i.e. meeting attendance, addi-
tional field and laboratory evaluations, etc.) will be charged on a time-and-materials
basis in accordance with the current Fee Schedule on file with the City of Carlsbad.
P02·00136 3
Emergency Storage Basin at Poinsettia Sewage Lift Station
Carlsbad, California
February 4, 2015
Proposal No. P-02-00136
SCHEDULING
We are prepared to begin our geotechnical services immediately upon receiving your
written authorization to proceed. Approximately one week would be required for boring
mark-out, utility clearance, obtaining boring permits, and scheduling of subcontractors
and equipment. Field exploration is anticipated to take about one-half day. It is anticipat-
ed that the report will be completed within five weeks following the completion of the
field exploration activities.
If this proposal meets with your approval, please send us your contract documents for
our signature. We appreciate the opportunity to submit this proposal and look forward to
working with you on this project.
Respectfully submitted,
NINYO & MOORE
~0~
Francis 0. Moreland, PG, CEG
Senior Geologist
FOM/GTF/eb
Distribution: (1) Addressee
Gregory T. Farrand, PG, CEG
Principal Geologist
(1) Mr. Tucker Southern, Kennedy Jenks Consultants
P02-00136 4
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.8
PROJECT NO. 40201
CA916
Fee Allotment, is entered into on
-:-:"i"-'<-t::::'"""'""~....:..t~-f:,-.llt..-----,-,~~n=;~u:....~-r-~· pursuant to an Agreement between Ninyo &
Moore, a California corporation, ( ontractor") and the City of Carlsbad, ("City") dated November
28, 2012, (the "Agreement"), the terms of which are incorporated herein by this reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide geotechnical evaluation services 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 proposed scope of work, attached as Appendix "A" for the Cole Library
Renovation Project, (the "Project"). The Project services shall include geotechnical field
investigation, laboratory analysis and engineering and geologic report preparation
surrounding the Cole Library.
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
one (1) working day after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within sixty (60) 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 $5,000.
City Attorney Approved Version 1/30/13
CA916
TABLE1FEEALLOTMENT
GEOTECHNICAL INVESTIGATION FOR COLE LIBRARY
·.···rA$~;#:.··· . } .··•·· . · •·.. :i::r~•:••:>·!;;•: ,.·•,;:~~\~~ ~~OUP ••••• . .. . . LUMP'.
'"" c'c'"C,c ' c ,'' ,~,'' <suM .. ff!E
1 Field Investigation
2 Laboratory Analysis
3 Update Engineering and Geologic Report Preparation
TOTAL (Not-to-Exceed) $5,000.00
Executed by Contractor this ___ day of------------' 20 __ .
CONTRACTOR
tJ i {\~ .,}-m volt--
(name of Contractor)
By: ~a.~
(sign here)
(print name/title)
13/aute o . 1/u.fus, 4-J.rf-· ~7
(print name/title)
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.
CITY OF CARLSBAD, a municipal corporation of the State of California
By Gi~ Date: 1'1-'(k/1 L
Patrick Thomas
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
CA916
Appendix "A"
"l'A~f{:#i ·•·.····.•·•· X•· .... :·tASK.,GROUP .. .... J ... ~QM.a ... : ···>·••;;:[• ... . .. . ····· .... .······ ..
·····
... ..... ..•.. • ::<··· •• ., • • . • · .. ::,±s:·•;.t:.s: .• :~···: ..
.······· ..... · ' .. \SII\II.:EIEE
1 Conduct soil explorations using limited access drilling equipment
Field to investigate current geotechnical conditions in the vicinity of the
Investigation proposed modernization improvements. Ring, sleeve, and bulk
samples of the soil may be obtained for geotechnical laboratory
analysis. We will conduct field investigation activities in the
presence of a geologist of engineer.
2 Selected soil samples will be tested to identify the soils and
Laboratory evaluate engineering soil properties pertinent to the planned
Analysis development. The laboratory budget may include, but is not
limited to, tests for expansion potential, moisture and in-place
density, direct shear, material gradations and corrosivity
potential. The nature and quantities of the tests may vary
depending upon solid type and site uniformity.
3 Report will present field and laboratory data, an evaluation of site
Update geology and soil/formation properties. The report will present
Engineering allowable foundation bearing capacity values and solid
and Geologic engineering considerations for use in site evaluation and
Report development. Incorporate information regarding potential
Preparation liquefaction issues, groundwater and soil sulfate corrosivity
potential. As applicable, our report will also include grading
concepts/site preparation recommendations, lateral earth
pressures (active/passive) and other necessary geotechnical
design parameters.
TOTAL (Not-to-Exceed) $5,000.00
City Attorney Approved Version 1/30/13
3
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 7
CMP REPLACEMENT PROGRAM
CA916
and Fee Allotment, is entered into on
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide geotechnical evaluation services 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 October 8, 2014, ("proposal"), attached as Appendix
"A" for the CMP Replacement Program, (the "Project"). The Project services shall include
geotechnical evaluation of the proposed storm drain pipeline repairs for the La Gran via
storm drain system.
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
one (1) working day after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within forty (40) 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 the basis oftime and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 Citv 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 $4,800.
City Attorney Approved Version 1/30/13
TABLE 1 FEE ALLOTMENT
GEOTECHNICAL EVALUATION SERVICES
Review readily available background information, perform
geologic reconnaissance of the site, subsurface exploration,
collection of soils samples and perform soils testing. Data shall
be presented in letter format with findings, preliminary
conclusions and recommendations for the constriction of the
Executed by Contractor this ____ day of------------· 2014.
CONTRACTOR
NINYO & MOORE,
a California corporation
(name of Contractor)
8~~
(sign here)
NINYO & MOORE,
a California corporation
(name of Contractor)
By:~JJ·~
(sign here)
CA916
AJrarf! Nt'n'fp ffeli leo f:
(prin nclme/title)
tla1r:e 0' 1ufur, A.s-J'f·S~fqry
(print name/title)
If Contractor is a corporation, this document must be signed by one individual from each
column:
ColumnA
Chairman, President or Vice-President
Column 8
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
By: ~ Date: \(;hl'k\1--
atric Thomas
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
Sherri Howard
From:
Sent:
To:
Hi Sherri,
Frank Moreland <fmoreland@ninyoandmoore.com>
Wednesday, October 08, 2014 10:39 AM
Sherri Howard
Appendix 11A11
We understand that the project consists of the emergency repair of a corrugated steel pipe (CSP) storm drain
outlet that recently failed. The repair would consist of replacing the CSP pipe with reinforced concrete pipe and
constructing an energy dissipating outlet structure. We visited the site on October 7, 2014.
Based on our understanding of the project, we propose the following geotechnical scope of services:
• Reviewing readily available background information, including topographic and geologic maps, and
stereoscopic aerial photographs.
• Performing a geologic reconnaissance of the site to observe the existing conditions, to mark out the
proposed excavation location, and to contact Underground Service Alert (USA) for utility locating.
• Excavating, sampling, and logging one manually excavated exploratory test pit near the top of the
washed out area to a depth of up to approximately 3 feet (or refusal) below the existing ground surface.
Relatively undisturbed drive samples and bulk samples will be collected at selected intervals.
• Performing limited laboratory testing which may include in-situ density and moisture content, and direct
shear.
• Compiling and analyzing data obtained from our background, field and laboratory evaluations.
• Preparing a limited geotechnical evaluation letter report to provide our findings, preliminary
conclusions and recommendations to assist in the design and construction of the project.
SCHEDULING
We are prepared to initiate our services upon receipt of your notice to proceed. We expect that our fieldwork will be
completed within one week of receiving the authorization to begin work and our report should be finished three weeks
after the field work.
FEE ESTIMATE
Our fee for the services described for the project will be invoiced on a lump sum basis. Our fee to perform the
geotechnical evaluation outlined above will be $4,800 (Four Thousand Eight Hundred Dollars).
Frank
Frank 0. Moreland, P.G., C.E.G.
Senior Geologist
Ninyo & Moore
Geotechnical & Environmental Sciences Consultants
5710 Ruffin Road
San Diego, CA 92123
(858) 576-1000 (x11225)
(858) 576-9600 (Fax)
fmoreland@nlnyoandmoore.com
Experience . Quality. Commitment
1
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.6
POINSETTIA FIRE RECOVERY
CA916
nd Fee Allotment, is entered into on
~¥':-n-""'£:-~"""'':""'~---6?""-:~~......,.r-:-~:------:-' pursuant to an Agreement between N in yo &
oo , a California corpora 10n, ontractor") and the City of Carlsbad, ("City") dated November
28, 1012, (the "Agreement"), the terms of which are incorporated herein by this reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide geotechnical evaluation services 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 September 11, 2014, ("proposal"), attached as
Appendix "A" for the Poinsettia Fire Recovery, (the "Project"). The Project services shall
include geotechnical evaluation of the fire burn area as it relates to erosion and slope
stability and the protection of assets.
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
one (1) working day after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within forty (40) 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 $24,984.
City Attorney Approved Version 1/30/13
CA916
TABLE 1 FEE ALLOTMENT
GEOTECHNICAL EVALUATION SERVICES
TASK GROUP LUMP SUM FEE
1-Develop and Map Priority Groupings $5,444
2-Field Evaluation of Additional Storm Drain Structures $5,580
3-Meetings, Data Compilation, Analysis and Report Preparation $13,960
TOTAL (Not-to-Exceed) $24,984
Executed by Contractorthis ____ day of _____________ , 2014.
CONTRACTOR
NINYO & MOORE,
a California Corporation
(name of Contractor)
By~
NINYO & MOORE,
a California Corporation
(name of Contractor)
(sign here)
Ettt,M t)-bitt~ A.rJf. s~
(print name/title
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.
CITY OF CARLSBAD, a municipal corporation of the State of California
By: Date: __g__r-~ l -. / 1
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY {R~&L~-
City Attorney Approved Version 1/30/13
2
Mr. Marshall Plantz, PE
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008
Appendix "A"
September 11, 2014
Project No. 107544005
Subject: Proposal for Additional Geotechnical Risk Assessment Services
Post-Poinsettia Fire Emergency Erosion Protection Project
Carlsbad, California
Reference: Ninyo & Moore, 2014, Poinsettia Fire Recovery Erosion Protection Project, Carls-
bad, California, (Draft Report}, Project No. 1 07544005, dated August 22, 2014.
Dear Mr. Plantz:
To follow up on our conversation on September 8, 2014, we have prepared this proposal to per-
form additional geotechnical consulting services for the Post-Poinsettia Fire Emergency Erosion
Protection Project in Carlsbad, California. As you are aware, Ninyo & Moore has conducted an
evaluation of the potential geologic risks within the burn area. A draft report of our findings, con-
clusions and recommendations to mitigate erosion and storm water run-off was submitted to the
City of Carlsbad on August 22, 2014.
As we discussed, it is the City's desire for Ninyo & Moore to expand upon our findings. As such,
we understand that the City of Carlsbad wishes Ninyo & Moore to complete the following tasks:
• Develop and map of priority areas affected by the Poinsettia Fire where an elevated erosion
potential and/or surficial slope failures have been observed and such erosion or failures
could pose consequential damage to property.
• Observe, evaluate, and provide recommendations for additional storm drain structures that
were not previously catalogued by the City. These structures may include both private and
City-maintained structures.
• Incorporate the additional findings and analysis into our draft report to the City. The final version
of the report will also incorporate review comments generated by the City of Carlsbad.
• Attend meetings with the City as requested to present our findings and discuss risk man-
agement issues.
5710 Ruffin Road • San Diego. California 92123 • Phone (8581576-1 000 • Fax (858) 576-9600
--·-·------·-----·--·---
San Diego • Irvine • los Angeles • RanchO Cucamonga • Qakland • San Francisco • San Jose • Sacramento
Las Vegas • Phoenix • Tucson • Prescott Valley • Denver • Houston
Post-Poinsettia Fire Emergency Erosion Protection Project
Carlsbad, California
September 11,2014
Project No. 107544005
As discussed, the additional services described above are estimated to be on the order of
$25,000 (Twenty-Five Thousand Dollars), invoiced on a time-and-materials basis in accordance
with our As-Needed Agreement with the city. A breakdown of this estimate is provided in the at-
tached Table 1 -Breakdown of Estimated Fee.
We will begin our additional services immediately upon request. Please expedite your task order
documents for signature. We appreciate the opportunity to submit this proposal and look for-
ward to working with you on this project.
Respectfully submitted,
NINYO & MOORE
William R. Morrison, PG, CEG
Senior Engineer
WRM/ER/gg
Attachment: Table 1 -Breakdown of Estimated Fee
Distribution: (1) Addressee
107544005 P2.doc 2
Post-Poinsettia Fire Emergency Erosion Protection Project
Carlsbad, California
September 11, 2014
Project No. 107544005
TABLE 1 -BREAKDOWN OF ESTIMATED FEE
DEVELOP AND MAP PRIORITY GROUPINGS
Principal Engineer/Geologist/Environmental Scientist 8 hours @ $148.00
Senior Project Engineer/Geologist/Environmental Scientist
Staff Engineer/Geologist/Environmental Scientist
GIS Analyst
Subtotal
8 hours@ $141.00
12 hours @ $116.00
15 hours @ $116.00
/hour
/hour
/hour
/hour
FIELD EVALUATION OF ADDITIONAL STORM DRAIN STRUCTURES
Principal Engineer/Geologist/Environmental Scientist 6 hours@ $148.00 /hour
Senior Project Engineer/Geologist/Environmental Scientist 16 hours@ $141.00 /hour
Staff Engineer/Geologist/Environmental Scientist 16 hours@ $116.00 /hour
GIS Analyst 5 hours @ $116.00 /hour
Subtotal
$ 1,184.00
$ 1,128.00
$ 1,392.00
$ 1,740.00
$ 5,444.00
$ 888.00
$ 2,256.00
$ 1,856.00
$ 580.00
$ 5,580.00
MEETINGS, COMPILATION, ANALYSIS AND PREPARATION OF FINAL REPORT
Principal Engineer/Geologist/Environmental Scientist 10 hours @ $ 148.00 /hour $ 1,480.00
Senior Project Engineer/Geologist/Environmental Scientist 40 hours@ $141.00 /hour $ 5,640.00
Staff Engineer/Geologist/Environmental Scientist
GIS Analyst
Data Processing, Technical Editing, or Reproduction
107544005 T Pro2.xts
C4
TOTAL ESTIMATED FEE
Subtotal
1 of 1
40 hours@
18 hours@
2 hours@
$116.00 /hour $ 4,640.00
$116.00 /hour $ 2,088.00
$ 56.00 /hour $ 112.00
$ 13,960.00
s 24,984.00 1
1.
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 5
POINSETTIA FIRE RECOVERY
CONTRACTOR'S OBLIGATIONS
CA916
Contractor shall provide geotechnical evaluation services 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 June 10, 2014, ("proposal"), attached as Appendix "A"
for the Poinsettia Fire Recovery, (the "Project"). The Project services shall include
geotechnical evaluation of the fire burn area as it relates to erosion and slope stability and
the protection of assets.
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
one (1) working day after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within forty (40) 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 $30,000.
City Attorney Approved Version 1/30/13
CA916
TABLE 1 FEE ALLOTMENT
GEOTECHNICAL EVALUATION SERVICES
TASK GROUP LUMP SUM FEE
1 Meetings and Coordination $5,900
2 Site Reconnaissance and Mapping $11,200
3 Data Compilation and Analysis $6,200
4 Report Preparation $6,700
TOTAL (Not-to-Exceed) $30,000
Executed by Contractor this ___ day of _____________ , 2014.
CONTRACTOR
NINYO & MOORE,
a California Corporation
(name of Contractor)
By~~~
(sign here)~
l?r IZ:lht Ali!f;ip / fJa.r/dul/
(print n /titlt3)
NINYO & MOORE,
a California Corporation
(name of Contractor)
By:~~·~
(sign here) Ele~,i,~ O· ~/tis/ As.r.~f"'nt-J'u~ry
(print name/title)
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.
Date: __ I __ · _5_-_/_'--t ___ _
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
~'cc-=5~~~*m fll~Jdl l(lnao & l(loore' -~<::"1 -~
, .. , : •·•.,.,' ,·' , ['l•,,r .,: •: !•
Appendix "A"
Mr. Marshall Plantz, PE
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008
June 10, 2014
Project No. 107544005
Subject: Proposal for Geotechnical Risk Assessment Services
Post-Poinsettia Fire Emergency Erosion Protection Project
Carlsbad, California
Dear Mr. Plantz:
In response to your request, we are pleased to submit this proposal to perform geotechnical con-
sulting services for the Post-Poinsettia Fire Emergency Erosion Protection Project in Carlsbad,
California. The Poinsettia fire started on May 14, 2014 and was 100 percent contained on May 18,
2014. Within the City of Carlsbad, the Poinsettia Fire consumed approximately 370 acres of open-
space and private residential development.
Based on our discussions with you, we understand that it is the City's desire to perform an
evaluation of the potential geologic risks within the burn area, and specifically to evaluate the
potential for slope stability/landslide and soil erosion issues, and to provide mitigation recom-
mendations with regard to erosion and storm water run-off.
We understand that at this point, the level of effort for our services is still being developed.
However, our initial scope of services will include a background review of available data (review-
ing and incorporating geologic maps, topography/slope maps, and fire location/boundary maps
into our GIS database), coordination and performance of a field reconnaissance by a State of
California licensed engineering geologist (CEG) and geotechnical engineer (GE), meeting at-
tendance with city response crews, and preparation of an illustrated report identifying areas of
recommended erosion mitigation and over-steepened slopes/landslide hazard potential.
5710 Ruffin Road • San Diego. California 92123 • Phone 1858)576-1000 • Fax (858) 576-9600
San 01ego • 1rv1ne • Los Angeles • Rancro Cucarr.onga • Oal<!and San FranCJsco • San Jose
Las Vegas • Phoen:x • Tucson • Prescorr V:JIIey • Denver • Houston
Post-Poinsettia Fire Emergency Erosion Protection Project
Carlsbad, California
June 10, 2014
Project No. 107544005
Our services described above are estimated to be on the order of $30,000 (Thirty Thousand Dol-
lars), invoiced on a time-and-materials basis in accordance with our As-Needed Agreement with
the city. A breakdown of this estimate is provided in the attached Table 1 - Breakdown of Esti-
mated Fee. Our initial proposed scope and fee estimate are based on our understanding of the
project and discussions with you.
We will begin our project coordination immediately upon request and expect that our field recon-
naissance will commence within a week. Please expedite your contract documents for signature.
We appreciate the opportunity to submit this proposal and look forward to working with you on
this project.
Respectfully submitted,
NINYO & MOORE
Robert T. Wheeler, PG, CEG
Senior Project Geologist
RTW/ER!gg
Attachment: Table 1 -Breakdown of Estimated Fee
Distribution: (1) Addressee
107544005 P.doc 2
Z~~~L
Emil Rudolph, PE, ~
Principal Engineer
Post-Poinsettia Fire Emergency Erosion Protection Project
Carlsbad, California
June 10, 2014
Project No. 107544005
TABLE 1 -BREAKDOWN OF ESTIMATED FEE
MEETINGS, PROJECT COORDINATION AND BACKGROUND REVIEW
Principal Engineer/Geologist/Environmental Scientist 12 hours@ $148.00
Senior Project Engineer/Geologist/Environmental Scientist 16 hours @ $141.00
Staff Engineer/Geologist/Environmental Scientist 16 hours @ $116.00
Subtotal
SITE RECONNAISSANCE AND MAPPING
Principal Engineer/Geologist/Environmental Scientist 8 hours@
Senior Project Engineer/Geologist/Environmental Scientist 12 hours@
Staff Engineer/Geologist/Environmental Scientist 64 hours@
Field Vehicle Usage 84 hours@
Subtotal
DATA COMPILATION AND ANALYSIS
Senior Project Engineer/Geologist/Environmental Scientist 8 hours@
Staff Engineer/Geologist/Environmental Scientist 24 hours@
GIS Analyst 20 hours@
Subtotal
REPORT PREPARATION
Principal Engineer/Geologist/Environmental Scientist
Senior Project Engineer/Geologist/Environmental Scientist
Staff Engineer/Geologist/Environmental Scientist
GIS Analyst
Data Processing, Technical Editing, or Reproduction
107544005 T Pro.xls
C4
TOTAL ESTIMATED FEE
Subtotal
1 of 1
8 hours@
12 hours@
20 hours@
12 hours @
2 hours@
$148.00
$141.00
$ 116.00
$ 10.00
$141.00
$116.00
$116.00
$148.00
$141.00
$116.00
$ 116.00
$ 56.00
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
/hour
$ 1,776.00
$ 2,256.00
$ 1,856.00
$ 5,888.00
$ 1,184.00
$ 1,692.00
$ 7,424.00
$ 840.00
$ 11,140.00
$ 1 '128.00
$ 2,784.00
$ 2,320.00
$ 6,232.00
$ 1 '184.00
$ 1,692.00
$ 2,320.00
$ 1,392.00
$ 112.00
$ 6,700.00
$ 29,960.00 1
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4
PROJECT NO. 3957
CA916
ourth Project Task Descriptio and Fee Allotment, is entered into on
' " , pursuant to an Agreement between Ninyo
& oore, a Califo ia corpo ation, (" ontractor'') and the City of Carlsbad, ("City") dated
November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide a geotechnical evaluation report 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 January 30, 2014 ("proposal"), attached as Appendix
"A" for the Geotechnical Review (EI Camino Real Widening) project, (the "Project").
The Project services shall include observation and in-place density testing, laboratory
testing of materials and samples, and consultation as outlined in the proposal.
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
three (3) working days after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within thirty (30) 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 Citv 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 $4,500.
City Attorney Approved Version 1/30/13
TABLE 1 FEE ALLOTMENT
GEOTECHNICAL REVIEW
(El Camino Real Widening)
c':······:.'''' .. ·· .. • .. ·. · .. '~\:.··'•'· TASK GROUP .. ; ... •·. LUMP SUMCFEE ; ...
Geotechnical Review $4,500
TOTAL (Not-to-Exceed) $4,500
Executed by Contractor this ___ day of -----------• 2014.
CONTRACTOR
NINYO & MOORE,
a California corporation
(name of Contractor)
By:~~
(sign here)
Av!Om N~-nvo P(lt!t /1/)1:
(print name/title)
NINYO & MOORE,
a California corporation
(name of Contractor)
By: ~ {p. AlP~
, (sign here)/
B1 p,, n ~ 0 · Au fUJ . A.;fi · St!!/'t{lfr'f
(print name/title)
If Contractor is a corporation, this document must be signed by one individual from each
column:
ColumnA
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.
CITY OF CARLSBAD, a municipal corporation of the State of California
Date: ___.2-...___-...:....{_2.._-_/----'lj'------By: L~~~=A~~=------
-irector a /] ;~~.~ 1£111 IN' r tv
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
APPENDIX 11 A11
From: Emil Rudolph [mailto:erudolph@nlnyoandmoore.com]
Sent: Thursday, January 30, 2014 5:10 PM
To: Brandon Miles
Cc: William Morrison
Subject: RE: El camino Real Widening, FRAC review
Brandon,
As requested, we can provide a geotechnical review of the fabric-reinforced asphalt concrete (FRAC or
FORTA-FI) proposed for use on the subject overlay project. We understand that the project goal is to use
the product to reduce the needed overlay thickness for approximately 5,000 tons (360,000 SF) of
rubberized asphalt. To perform our review, we propose to:
• review product brochures, project paving plans, and geotechnical report
• review provided academic literature (ASU study) evaluating the product
• search and compile Ninyo & Moore's databases for relevant studies or projects with similar
projects
• request geotechnical laboratory data from manufacturer for review
• perform an internet search for relevant technical information or testimonies
• contact a public works agency showcased in product literature for testimonies
• summarize our review in a letter to present our opinion of the product's performance for the
project needs.
We propose to provide the scope of work above for a fee of $4,500. We are available to begin within a
day of your authorization and expect our review to be complete in approximately 2 weeks.
Thank you,
Emil Rudolph, GE, QSD
Principal Engineer
Ninyo & Moore
Geotechnical & Environmental Sciences Consultants
5710 Ruffin Road
San Diego, CA 92123
(858) 576-1000 (x11258)
(858) 576-9600 (Fax)
(619) 843-6078 (Cell)
erudoiJ!h On!eyoandmoore.com
Experience . Quality . Commitment
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.3
PROJECT NO. 66082
CA916
This Description and Fee Allotment, is entered into on
-;;-7!""'-"':t"f-14--*"~--:-.L-.lr-=::.-""7:-+---"6'7.:,.--,---,-....,• pursuant to an Agreement between Ninyo
& Moo a California orporation, ("Contractor") and the City of Carlsbad, ("City") dated
November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide a geotechnical evaluation report 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 July 16, 2013 ("proposal"), attached as Appendix "A"
for the Northwest Quadrant Storm Drain Program (Valley Street at McCauley Lane)
project, (the "Project"). The Project services shall include observation and in-place
density testing, laboratory testing of materials and samples, and consultation as outlined
in the proposal.
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
three (3) working days after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within thirty (30) 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 $4,300.
City Attorney Approved Version 1/30/13
TABLE 1 FEE ALLOTMENT
NORTHWEST QUADRANT STORM DRAIN PROGRAM
(VALLEY STREET AT MCCAULEY LANE)
TASK GROUP" , 'V LUMP SUM FEE
Geotechnical Evaluation for Boardwalk Trail Construction $4,300
TOTAL (Not-to-Exceed) $4,300
oJ.
Executed by Contractor this ~ 3 &.--day of _ _,J"-"-d;:../.,.Y'---------' 2013. I
CONTRACTOR
NINYO & MOORE,
a California corporation
(name of Contractor) By~~ (sign here
A;!irllrn IJI.fl'iO . PflJ~diiJf-
IPrint na eltifle)
NINYO & MOORE,
a California corporation
(name of Contractor)
By: ?e~ ~ . ;fu;fUy
(s1gn here)
J;;fau;e O· A-uftd', ;fJ'J';STPtflt
(print name/title) .Su~-hrY'f
If Contractor is a corporation, this document must be signed by one individual from each
column:
ColumnA
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.
municipal corporation of the State of California
By: Date: --"'e:....,1,_/_7.._+};-~-=o'------
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1130113
2
Ms. Sherri Howard, PE
City of Carlsbad
Public Works Engineering
1635 Faraday Avenue
Carlsbad, California 92008
APPENDIX A
Subject: Proposal for Geotechnical Construction Services
Northwest Quadrant Storm Drain
Valley Street at McCauley Lane
Carlsbad, California
On-Call Contract No. PWENG 562
Dear Ms. Howard:
July 16, 2013
Proposal No. P-21188
In response to your request, we are pleased to submit this proposal to provide geotechnical
construction services in connection with the subject project. The project will include the con-
struction of a new storm drain inlet and 17 -foot deep reinforced concrete cleanout.
SCOPE OF SERVICES
Based on our understanding of the project, we propose the following scope of services:
• Our ACI-certified technician will sample fresh concrete material and measure its temperature,
and slump. The technician will cast one set of four concrete cylinders for every 150 cubic
yards of structural concrete placed, or fraction thereof, during a day's placement.
• Laboratory testing for compressive strength of concrete samples.
• Providing earthwork observation and testing services during backfill of the new storm drain
inlet and cleanout.
• Performing geotechnical laboratory testing on selected samples which may include opti-
mum moisture content and modified Proctor density.
• Preparing a letter report summarizing the results of our earthwork observation and testing
services.
5710 Ruffin Road • San Diego. Gllifom1a 92123 • Phone 1858) 576-1000 • Fax (858) 576-9600
San Diego • Irvine • los Arlgeies Rancho Cucamonga • Dakland • San Francisco San Jose • Sacramento
las: Veg.3s • PhoeniX • Tucson • Prescott Valley • Denver • El Paso • Houston
Valley Street at McCauley Lane
Carlsbad, California
ASSUMPTIONS
July 16, 2013
Proposal No. P-21188
Our scope and estimated fee is based on the following assumptions:
• Concrete placement will take one day and our technician will be on site to sample the con-
crete for four hours.
• Backfill of the storm drain cleanout will be performed with hand operated equipment, will
take four days, and our technician will be on site full time.
FEE ESTIMATE
The geotechnical observation and materials testing services will be provided on a time-and-
expense basis in accordance with our as-needed agreement for geotechnical testing services.
Geotechnical field technician services will be performed on a portal to portal basis with a four-
hour minimum. Our proposed estimated fee for the materials sampling and testing services for the pro-
ject as described herein will be approximately $4,300 (Four Thousand Three Hundred Dollars).
These estimated costs are based on our assumptions of the anticipated services and do not in-
clude stand-by time or costs associated with retesting or reinspecting materials that were found
not to be in compliance with the project plans or specifications. Our services will depend on the
construction schedule and the contractor's operations. It should be noted that the performance
of the contractor can substantially effect the duration of our services. Requested engineering,
special inspection, and field and laboratory testing not within the specified scope of services, will
be provided on a time and materials basis. We are prepared to begin our services immediately
based on your verbal authorization. Please send us your fee allotment formalizing the notice to
proceed. We appreciate the opportunity to be of continuing service.
Respectfully submitted,
NINYO & MOORE
Francis 0. Moreland, PG, CEG
Senior Geologist
FOM/ER/gg
Distribution: (1) Addressee
P-21166doc 2
Emil Rudolph, PE, G
Principal Engineer
l(lngo ·' l(toor-e
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.2
PROJECT NO. 38661
CA916
This vrecond Proj~ Task De~cription and Fee Allotment, is entered into on ~ llf ,f.c , f?tJ; d , pursuant to an Agreement between Ninyo
& core: California corporation, ("Contractor") and the City of Carlsbad, ("City") dated
November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide a geotechnical evaluation report 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 10, 2013 ("proposal"), attached as Appendix "A"
for the Lake Calavera Boardwalk Trail and Restoration project, (the "Project"). The
Project services shall include observation and in-place density testing, laboratory testing
of materials and samples, and consultation as outlined in the proposal.
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 3
working days after receiving this fully executed document and a City Purchase Order.
Contractor shall complete the work within 20 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 $7,200.
City Attorney Approved Version 1/30/13
TABLE 1 FEE ALLOTMENT
LAKE CALAVERA BOARDWALK TRAIL GEOTECHNICAL SUPPORT SERVICES
TASK GROUP LUMP SUM FEE
Geotechnical Evaluation for Boardwalk Trail Construction $7,200
TOTAL (Not-to-Exceed} $7,200
Executed by Contractor this 4:-D -t\... day of __ __,_M-'-'"'-=tv.__ ______ , 2013.
l CONTRACTOR
NINYO & MOORE,
a California corporation
(name of Contractor)
By:~~~ ~ (sign here)
/tv-. a"' N ir\\f o "T>v-o 1 d.e t1 +-----
(print nam~/title)
NINYO & MOORE,
a California corporation
(name of Contractor)
By: ~ G. ;ft;:tw
(sign here)
131 A,n~ o · AvrM 1 /...fl';~hstnT
(print name/title) J-t-e"·~-l~t/'f
If Contractor is a corporation, this document must be signed by one individual from each
column:
ColumnA
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.
CITY OF CARLSBA , a municipal corporation of the State of California
By: Date:--~-· _z_01_._1_~ _____ _
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
Mr. Steve Jantz
City of Carlsbad
799 Pine Avenue, Suite 200
Carlsbad, California 92008
Subject: Proposal for Geotechnical Evaluation
Lake Calavera Boardwalk Trail
Carlsbad, California
Dear Mr. Jantz:
May 10, 2013
Proposal No. P-21099
Appendix "A"
In response to your request, we are pleased to submit this proposal to provide a.geotechnical evalua-
tion report for Lake Calavera Boardwalk Trail project in Carlsbad, California. The proposal is based on
our review of the project plans, a site walk performed on May 6, 2013, and our correspondence.
From our review of the project plans and discussions, we understand that several trail improve-
ments will be performed around Lake Calavera. These improvements will include the installation
of the pre-fabricated modular boardwalk platform at two alignments labeled as "Creek Crossing
Area" and "East Boardwalk Area". These boardwalk platforms are planned to be supported on
Diamond Pier brand foundations. The purpose of our evaluation would be to evaluate the bear-
ing capacity of site soils to aid in the selection of the type of Diamond Pier foundations and
provide remedial grading recommendations, as necessary.
SCOPE OF SERVICES
Based on our understanding of the project and the site meeting with you, this evaluation will
include the following scope of services:
• Reviewing background information including available geologic and topographic maps.
• Performing a site reconnaissance to locate and mark-out test pit locations for the sub-
surface exploration.
• Clearing of the proposed exploratory test pit locations by Underground Service Alert (USA).
5710 Rumn Road • San Diego. Qlllfom•a 92123 • Phone {858}576-1000 • Fax /858}576-9600
San Otego • lrv>ne • Rancho Cucomonga • los Angeles • Oakland • Las Vegas • Phoenix • Denver • El Paso
Lake Calavera Boardwalk Trail
Carlsbad, California
May 10, 2013
Proposal No. P-21099
o Excavating, logging, and sampling of several exploratory test pits to depths up to approxi-
mately 5 feet (or refusal) along the proposed alignments for the boardwalk platforms. Bulk
and/or in-place samples of the encountered soils will be collected and transported to our
in-house laboratory for testing.
o Performing geotechnical laboratory testing on representative samples to evaluate soil char-
acteristics and design parameters.
o Compiling and performing an engineering analysis of the data obtained from our back-
ground, field, and geotechnical laboratory testing.
o Preparing a geotechnical report providing our findings, conclusions, and geotechnical rec-
ommendations for the Diamond Pier foundations and remedial grading operations.
FEE ESTIMATE
Our fees for the services described for the project will be invoiced on a lump sum basis. Our fee
to perform the services outlined above will be $7,200 (Seven Thousand Two Hundred Dollars).
Services beyond the scope described above, if requested, will be billed on a time-and-expense
basis in accordance with our current Schedule of Fees.
ASSUMPTIONS AND UNDERSTANDINGS
We will be granted access to the site for our personnel and equipment.
o The permitting process to allow for stte access and the performance of our subsurface explora-
tion has already been obtained by the Ctty of Carlsbad for the project. Therefore, we understand
no further permitting is required prtor to the start of the geotechnical subsurface exploration.
o Our field operations can be performed during regular wortk hours, Monday through Friday,
7:00a.m. to 5:00p.m.
SCHEDULING
We are prepared to start the scheduling process for the evaluation within a day of receipt of the
signed authorization. Provided that no further permitting is required and that site access will be
granted, the geotechnical report can be prepared within 30 days of receipt of the written notice
to proceed. Verbal updates will be provided upon request. If this proposal meets with your ap-
proval, please forward us your contract documents for execution.
""''"'"" 2 JVIngo '/(t.oon
Lake Calavera Boardwalk Trail
Carlsbad, California
May 10, 2013
Proposal No. P-21099
We appreciate the opportunity to submit this proposal and look forward to working with you on
this project.
Respectfully submitted,
NINYO & MOORE
~t/tt
Jeffrey T. Kent, PE, GE
Senior Engineer
JTKIKHM/mmd
Distribution: (1) Addressee (via e-mail)
P-21001.doo
Kenneth H. Mansir, Jr., PE, G
Principal Engineer
3
PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO.1
PROJECT NO. 38372
CA916
This and Fee Allotment, is entered into on
~.,...,..W.'#<W..:.t-4:...._~J,;:!4-...,...,U4::......L---' pursuant to an Agreement between Ninyo
& Moore, a Cali ornia cor ora ion, ("Contractor") and the City of Carlsbad, ("City") dated
November 28, 2012, (the "Agreement"), the terms of which are incorporated herein by this
reference.
1. CONTRACTOR'S OBLIGATIONS
Contractor shall provide geotechnical support, special inspection and materials testing
services 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 March 8,
2013, ("proposal"), attached as Appendix "A" for the Alga Norte Community Park
Development, (the "Project"). The Project services shall include observation and in-
place density testing, laboratory testing of materials and samples, and project
management & consultation as outlined in the proposal.
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
ten (10) working days after receiving this fully executed document and a City Purchase
Order. Contractor shall complete the work within twenty (20) 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 the basis of time and materials for each task group shown in Table
1. Progress payments shall be based on time and materials. 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 $768.
City Attorney Approved Version 1/30/13
TABLE 1 FEE ALLOTMENT
ALGA NORTE COMMUNITY PARK GEOTECHNICAL SUPPORT SERVICES
TASK GROUP LUMP SUM FEE
Geotechnical Clarification re: Musco Light Foundations per $768
attached proposal dated March 8, 2013
TOTAL (Not-to-Exceed) $768
Executed by Contractor this ____ day of-------------' 2013.
CONTRACTOR
NINYO & MOORE,
a California corporation
(name of Contractor)
By: ~:6?~ ._.-
/ (sign here) ~
Ah?JttVl JJ ~~~iiv 1 'Vr~.ql d.!oc
' (print n me/title)
NINYO & MOORE,
a California corporation
(name of Contractor)
By: c:;;~ W. At;;/$y
(sign herey
Cfet,~ o-!/uftt.s /ffJirmnt s~~r
(print name/title)
If Contractor is a corporation, this document must be signed by one individual from each
column:
ColumnA
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.
::TY OF o:z= ro~odloo m tho &ore ::•"om~i ZF) g
f I City Manage1 01 Director
David Hauser, Director
Property & Environmental Management
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
Cily Attorney Approved Version 1/30/13
2
Mr. Patrick McGarry
Civic Project Manager
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008
Appendix A
Subject: Proposal for Geotechnical Parameters-Musco Lighting
Alga Norte Community Park Development
Carlsbad, California
March 8, 2013
Project No. 1 04600009
Reference: T.B. Penick; RFI #C-003R, Geotechnical Clarification (Musco Lighting),dated
March 5, 2013
Dear Mr. McGarry:
At your request, we are pleased to present this proposal to provide geotechnical parameters to
address project RFI #C-003R, regarding construction of the proposed Musco lighting founda-
tions for the ball fields at the subject project. Ninyo and Moore will provide a letter presenting the
requested geotechnical parameters based upon the review of our previously performed geo-
technical evaluations. Our fee for the services described for the project will be invoiced on a
time and materials basis, estimated to be approximately $768.00 (Seven Hundred Sixty-Eight Dol-
lars). A breakdown of this fee is presented in the attached Table 1. If this proposal meets with your
approval, please forward your task order. We appreciate the opportunity to continue to work with
you on this project.
Respectfully submitted,
NINYO & MOORE
rian Matusek
Senior Staff Geologist
ERIBTM/
Attachment: Table 1-Breakdown of Estimated Fee
Distribution: (1)Addressee
;EaeiJ/L ~~il Rudolph, PE:I
Principal Engineer
(1) Mr. Canh Tran; Kitchell Construction Management
5710 RuN!n Road • San Dego. Glllfomia 92123 • Phone f858) 576-1000 • Fax 1858) 576-9600
san Diego • lrvrne • Rancho Cucamonga • Los Angeles • Oakland • Las Vegas • Phoenix • Denver • El Paso
Alga Norte Community Park Development
Carlsbad, California
TABLE 1 -BREAKDOWN OF ESTIMATED FEE
DATA REVIEW AND REPORT PREPARATION
March 8, 2013
Project No. 104600009
Principal Engineer/Geologist 2 hours @ $148.00 /hour $ 296.00
Senior Staff Engineer/Geologist 4 hours @ $ 118.00 /hour $ 472.00
Subtotal $ 768.00
TOTAL ESTIMATED FEE $ 768.00 1
1 04600009 T MuiQO Ughting.xls 1 of 1 JVIngo·' ~OOt'e
MASTER AGREEMENT FOR GEOTECHNICAL ENGINEERING SERVICES
(NINYO & MOORE)
CA916
T IS AGREEMENT is made and entered into as of the o1cf70 day of
__ q~~~~-· 20 /aL, by and between the CITY OF CARLSBAD, a municipal
corpor ion, hereinafter referred to as "City", and NINYO & MOORE, 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 for the project (see paragraph 5 below).
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and
skill customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment
while exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of three 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
(1 0) 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 two
hundred thousand dollars ($200,000) for the term of the agreement; the total amount allowed
per Project Task Description and Fee Allotment will not exceed one hundred thousand dollars
($1 00,000). 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 will also include a
description of the method of payment and will be based upon an hourly rate, percentage of
project complete, completion of specific project tasks or a combination 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 will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within
thirty (30) days for any tax, retirement contribution, social security, overtime payment,
unemployment payment or workers' compensation payment which City may be required to
make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work
done under this Agreement. At the City's election, City may deduct the indemnification amount
from any balance owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless
specifically noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City 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 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-:VII" 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.
1 0.1.1 Commercial General Liability 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.
1 0.1.2 Automobile Liability (if the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and
property damage.
1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be required if
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
1 0.1.4 Professional Liability. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
City's Initials Contractor's Initials
D If box is checked, Professional Liability
Insurance requirement is waived.
1 0.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
3 City Attorney Approved Version 2/17/12
1 0.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
1 0.2.3 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. City 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 Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, 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 all claims to the copyrights in favor of City.
4 City Attorney Approved Version 2/17112
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 City:
Name
Title
Dept
Address
Phone
Skip Hammann
Transportation Director
Transportation
CITY OF CARLSBAD
1635 Faraday Avenue
Carlsbad CA, 92008
(760) 602-2751
For Contractor:
Name
Title
Address
Phone
Email
Jeffery Kent
Project Manager
5710 Ruffin Road
San Diego, CA 92123
(858) 576-1000
jkent@ninyoandmoore.com
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 Carlsbad 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 otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both
parties involved along with recommended methods of resolution, which would be of benefit to
both parties. The representative receiving the letter will reply to the letter along with a
recommended method of resolution within ten (10) business days. If the resolution thus
obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded
to the City Manager. The City Manager will consider the facts and solutions recommended by
each party and may then opt to direct a solution to the problem. In such cases, the action of the
City Manager will be binding upon the parties involved, although nothing in this procedure will
prohibit the parties from seeking remedies available to them at law.
5 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 otherwise recover, the full
amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in
anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false
claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et 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.
6 City Attorney Approved Version 2/17112
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.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
7 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 2-h t"'-
(sign
f}vvtm fjjhtt2h1 lar,f/tnr
(print na e/title)
By:~G-~
. _ (sign here) ~ d.Uiffti'lt-
13-Jam& t> /1YI Ttd: s~~
(print name/title)
'20_lh.
CITY OF CARLSBAD, a municipal
corporation of the State of California
By: /], ,J'a -----·~~~
ATTEST:
L , .. :~~~~:"'I'\~ ,., o= ~.~o~RE·:;o=
~~ ; -4~ "' ...... .. ,, ... * , ,, ,, ,, ,,.,,11,,,,
Proper notarial acknowledgment of execution by Contractor must be attached. If a corporation,
Agreement must be signed by one corporate officer from each of the following two groups:
Group A Group 8
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President 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
BY:~~
• Assistant City AttOeY
8 City Attorney Approved Version 2/17/12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
y~ '~. ·~ t:,llY ()!'
CARLSBAD
·May 23,2012 T
Proposal No. P-20702 EX HI B I A
City of Carlsbad
Qualifications to Provide Master Agreement Consulting Services
Geotechnical Services Discipline
5. RATE SCHEDULE
HOURLY CHARGES FOR PERSONNEL
Principal Engineer/Geologist/Environmental Scientist............................................................................................................. $ 148
Senior Engineer/Geologist/Environmental Scientist . . ....... ................................... ... . . ................................ .... . . . ........ .... ... .... . .... $ 141
Senior Project Engineer/Geologist/Environmental Scientist.................................................................................................... $ 137
Project Engineer/Geologist/Environmental Scientist................................................................................................................ $ 133
Senior Staff Engineer/Geologist/Environmental Scientist........................................................................................................ $ 118
Staff Engineer/Geologist/Environmental Scientist.................................................................................................................... $ 1 09
Certified Asbestos Consu~ant . . .. . . .. . .... . . . .. . . . . .. . .... . .. ..... .. .. .... . . . . ... . . ........ ................................ ....... ................. .... . . . . . . . . . . ...... .. ...... $ 120
GIS Analyst............................................................................................................................................................................... $ 1 09
CSST1/LIA2/LPM3 ...................................................................................................................................................................... $ 100
Nondestructive Examination Technician, UT, MT, LP* ............................................................................................................ $ 98
Field Operations Manager........................................................................................................................................................ $ 95
Supervisory Technician* .............. ...... .. .............. ..... . . . . . ... . . . . ........................ ... ... . ....................................... .. . . . . . . . . .. .. .............. .... $ 89
Pull Test Technician and Equipment* ...... . .. . ..................... ..................... ... . . . ........................ ............ ... . . . . . . . . . . . . . . . . . . . . . . . .. . .. . ... ..... $ 85
Senior Field/Laboratory Technician* ........................................................................................................................................ $ 85
Field/Laboratory Technician* .................................................................................................................................................... $ 85
ACI Concrete Technician• ........................................................................................................................................................ $ 85
Concrete/Asphalt Batch Plant Inspector* ................................................................................................................................. $ 85
Special Inspector, Reinforced Concrete* ................................................................................................................................. $ 85
Special Inspector, Pre-stressed Concrete* .............................................................................................................................. $ 85
Special Inspector, Reinforced Masonry• .................................................................................................................................. $ 85
Special Inspector, Structural Steel* .......................................................................................................................................... $ 85
Special Inspector, Welding, AWS* ........................................................................................................................................... $ 85
Special Inspector, Fireproofing* ................................................................................................................................ ............... $ 85
Technical Illustrator/CAD Operator .......................................................................................................................................... $ 75
GeotechnicaVEnvironmentaVLaboratory Assistant.................................................................................................................. $ 60
Information Specialist. ............................................................................................................................................................... $ 55
Data Processing, Technical Editing, or Reproduction .............................................................................................................. $ 50
ENVIRONMENTAL FIELD EQUIPMENT/CONSUMABLE$
XRF Lead Analysis .......................................................................................................................................................... $
PID/FID Usage ................................................................................................................................................................. $
Air Sampling Cassettes ................................................................................................................................................... $
Level C Personal Protective Equipment (person/day [p/d]) ........................... .......................... .... ......................... .... .. .... $
Air Sampling Pump Usage .................... .... ....................... ..... .. .......................... ..... ...... ................ .............. ........ .... .. . . . . ... $
19
250/day
120/day
100/case
55/day
45/day
(~ ·.~ ·.t '~ "(t'h Of
May 23,2012
Proposal No. P-20702
City of Carlsbad
CARLSBAD Qualifications to Provide Master Agreement Consulting Services
Geotechnical Services Discipline
SCHEDULE OF FEES FOR LABORATORY TESTING
Laboratory Test, Test Designation, and Price Per Test
Soils
Atterberg Limits, D 4318, CT 204 .............................................. $ 145
California Bearing Ratio (CBR), D 1883 .................................... $ 440
Chloride and Sulfate Content, CT 417 & CT 422 ...................... $ 135
Consolidation, D 2435, CT 219 .................................................. $ 275
Consolidation-Time Rate, D 2435, CT 219 ............................. $ 70
Direct Shear-Remolded, D 3080 ............................................. $ 290
Direct Shear-Undisturbed, D 3080 .......................................... $ 250
Durability Index, CT 229 ............................................................. $ 150
Expansion Index, D 4829, USC 18-2 ......................................... $ 165
Expansion Potential (Method A), D 4546 .................................. $ 145
Expansive Pressure (Method C), D 4546 .................................. $ 145
Geofabric Tensile and Elongation Test, D 4632 ........................ $ 165
Hydraulic Conductivity, D 5084 .................................................. $ 300
Hydrometer Analysis, D 422, CT 203 ........................................ $ 190
Moisture, Ash, & Organic Matter of Peat/Organic Soils ............ $ 110
Moisture Only, D 2216, CT 226 ................................................. $ 30
Moisture and Density, D 2937 ................................................... $ 39
Permeability, CH, D 2434, CT 220 ............................................ $ 230
pH and Resistivity, CT 643 ........................................................ $ 140
Proctor Density D 1557, D 698, CT 216, & ............................... $ 180
AASHTO T-180 (Rock corrections add $80)
A-value, D 2844, CT 301 ........................................................... $ 250
Sand Equivalent, D 2419, CT 217 ............................................. $ 90
Sieve Analysis, D 422, CT 202 .................................................. $ 110
Sieve Analysis, 200Wash, D 1140, CT202 ............................. $ 90
Specific Gravity, D 854 ............................................................... $ 90
Triaxial Shear, C.D, D 4767, T 297 ............................................ $ 390
Triaxial Shear, C.U., w/pora pressure, D 4767, T 2297 per pt..$ 330
Triaxial Shear, C.U., wlo pore pressure, D 4767, T 2297 per pt. .. $ 190
Triaxial Shear, U.U., D 2850 ...................................................... $ 140
Unconfined Compression, D 2166, T 208 ................................. $ 100
Wax Density, D 1188 ................................................................. $ 90
Roofing
Built-up Roofing, cut-out samples, D 2829 ................................ $ 165
Roofing Materials Analysis, D 2829 ........................................... $ 500
Roofing Tile Absorption, (set of 5), USC 15-5 ........................... $ 190
Roofing Tile Strength Test, (set of 5), USC 15-5 ....................... $ 190
Masonry
Brick Absorption, 24-hour submersion, C 67 ............................. $ 45
Brick Absorption, 5-hour boiling, C 67 ....................................... $ 55
Brick Absorption, 7-day, C 67 .................................................... $ 60
Brick Compression Test, C 67 ................................................... $ 45
Brick Efflorescence, C 67 ........................................................... $ 45
Brick Modulus of Rupture, C 67 ................................................. $ 40
Brick Moisture as received, C 67 ............................................... $ 35
Brick Saturation Coefficient, C 67 .............................................. $ 50
Concrete Block Compression Test, 8x8x16, C 140 .................. $ 60
Concrete Block Conformance Package, C 90 .......................... $ 440
Concrete Block Linear Shrinkage, C 426 .................................. $ 120
Concrete Block Unit Weight and Absorption, C 140 ................. $ 55
Cores, Compression or Shear Bond, CA Code ........................ $ 55
Masonry Grout, 3x3x6 prism compression, UBC 21-18 ........... $ 30
Masonry Mortar, 2x4 cylinder compression, UBC 21-16 .......... $ 30
Masonry Prism, half size, compression, UBC 21-17 ................. $ 110
Concrete
Cement Analysis Chemical and Physical, C 109 ................................ $ 1,650
Compression Tests, 6x12 Cylinder, C 39 ........................................... $ 22
Concrete Mix Design Review, Job Spec ............................................. $ 140
Concrete Mix Design, per Trial Batch, 6cylinder, ACI ........................ $ 750
Concrete Cores, Compression (excludes sampling), C 42 ................ $ 55
Drying Shrinkage, C 157 ..................................................................... $ 250
Flexural Test, C 78 ............................................................................... $ 50
Flexural Test, C 293 ............................................................................. $ 55
Flexural Test, CT 523 .......................................................................... $ 60
Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI.. ....... $ 250
Jobsite Testing Laboratory.................................................................. Quote
Lightweight Concrete Rll, Compression, C 495 .................................. $ 40
Petrographic Analysis, C 856 .............................................................. $ 1,100
Splitting Tensile Strength, C 496 ......................................................... $ 80
Reinforcing and Structural Steel
Fireproofing Density Test, USC 7-6 .................................................... $ 55
Hardness Test, Rockwell, A-370 ......................................................... $ 50
High Strength Bolt, Nut & Washer Conformance, set, A-32 .............. $ 120
Mechanically Spliced Reinforcing Tensile Test, ACI .......................... $ 95
Pre-Stress Strand (7 wire), A 416 ........................................................ $ 140
Chemical Analysis, A-36, A-615 .......................................................... $ 120
Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 ................ $ 50
Structural Steel Tensile Test: Up to 200,000 lbs.
(machining extra), A 370 ................................................................... $ 70
Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ................. $ 55
Aaphalt Concrete
Asphalt Mix Design, Caltrans .............................................................. $ 2,200
Asphalt Mix Design Review, Job Spec ............................................... $ 150
Extraction,% Asphalt, including Gradation, D 2172, CT 310 ............. $ 215
Film Stripping, CT 302 ......................................................................... $ 100
Hveem Stability and Unit Weight CTM or ASTM, CT 366 ................. $ 195
Marshall Stability, Flow and Unit Weight, T-245 ................................. $ 215
Maximum Theoretical Unit Weight, D 2041 ........................................ $ 120
Swell, CT 305 ....................................................................................... $ 165
Unit Weight sample or core, D 2726, CT 308 ..................................... $ 90
Aggregates
Absorption, Coarse, C 127 .................................................................. $ 35
Absorption, Fine, C 128 ....................................................................... $ 35
Clay Lumps and Friable Particles, C 142 ............................................ $ 100
Cleanness Value, CT 227 ................................................................... $ 120
Crushed Particles, CT 205 .................................................................. $ 140
Durability, Coarse, CT 229 .................................................................. $ 130
Durability, Fine, CT 229 ....................................................................... $ 130
Los Angeles Abrasion, C 131 or C 535 ............................................... $ 180
Mortar making properties of fine aggregate, C 87 .............................. $ 275
Organic Impurities, C 40 ...................................................................... $ 55
Potential Reactivity of Aggregate (Chemical Method), C 289 ............ $ 390
Sand Equivalent, CT 217 .................................................................... $ 90
Sieve Analysis, Coarse Aggregate, C 136 .......................................... $ 105
Sieve Analysis, Fine Aggregate (including wash), C 136 ................... $ 105
Sodium Sulfate Soundness (per size fraclion), C 88 .......................... $ 160
Specific Gravity, Coarse, C 127 .......................................................... $ 75
Specilic Gravity, Fine, C 128 ............................................................... $ 85
Special preparation of standard test specimens will be charged at the technician's hourly rate.
Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures.
21
I
I
I
I
I
I
I
I
I
I
I
I
I
I
<~ ~ f.llV or
CARLSBAD
OTHER CHARGES
May 23,2012
Proposal No. P-20702
City of Ca~sbad
Qualifications to Provide Master Agreement Consulting Services
Geotechnical Services Discipline
Expert Witness Testimony ................................................................................................................................................ $
Concrete Coring Equipment (includes one technician) .................................................................................................. $
Special Preparation of Standard Test Specimens ........................................................................................................... $
Inclinometer Usage .............................................. ............................................................................................ ................ $
Vapor Emission Kits .......................................... ... . .............................................................................. .... .............. .. . . . . ..... $
Rebar Locator (Pachometer) ............................................................................................................................................ $
Nuclear Density Gauge Usage......................................................................................................................................... $
Field Vehicle Usage.......................................................................................................................................................... $
Asbestos Point Count Analysis (24-Hour TAT) ....................................... .................... .... .. .. ....................................... ..... $
Asbestos Point Count Analysis (72-Hour TAT) ............................ ..... .. ........................... .... .. ........................................... $
Asbestos Air Sample (TEM-24-Hour TAT)................................................................................................................... $
Asbestos Air Sample (TEM -72-Hour TAT) ......................... ...... .............. ................................ .... . ... .... ..... ... .. ................ $
Asbestos Air Sample (PCM-24-Hour TAT) ................................................................................................................... $
Asbestos Air Sample (PCM -72-Hour TAT)................................................................................................................... $
PLM Bulk/Soil Analysis (24-Hour TAT)............................................................................................................................ $
PLM Bulk/Soil Analysis (72-Hour TAT)............................................................................................................................ $
TEM Bulk Analysis (24-HourTAT) ................................................................................................................................... $
TEM Bulk Analysis (72-Hour TAT) ................................................................................................................................... $
Lead Air, Dust Wipe, and Paint Chip Analysis (24-Hour TAT) ........................................................................................ $
400/hr
160 /hr
85/hr
32/hr
30/kit
10/hr
9/hr
8/hr
65/ea
45/ea
65/ea
60/ea
12/ea
10/ea
12/ea
7.50/ea
85/ea
71/ea
12ea
Direct Project Expenses.............................................................................................................................................. Cost plus 1 0 %
Laboratory testing, geophysical equipment, and other special equipment provided upon request.
Overtime rates will be charged at 1.5 times the normal hourly rate.
NOTES (Field Services)
For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekday construction hours.
Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal construction hours and all day on Satur-
days. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day or on Sundays and holidays. Lead time
for any requested service is 24 hours. Field Technician and special inspection rates are based on a 4-hour minimum for the first 4 hours and
an 8-hour minimum for hours exceeding 4 hours. Field personnel are charged portal to portal.
*Indicates rates that are based on the 2011-2D Prevailing Wage Determination made by the State of California, Director of Industrial Rela-
tions on a semiannual basis. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the lije
of the project.
INVOICES
Invoices will be submitted monthly and are due upon receipt. A service charge of 1.0 percent per month may be charged on accounts not
paid within 30 days.
1. CSST =Certified Site Surveillance Technician
2. LPM = Lead Project Monitor
3. LIA =Lead Inspector/Assessor
20