Loading...
HomeMy WebLinkAboutTesting Engineers San Diego Inc; 2006-06-26; PWENG526AMENDMENT NO. 1 TO AGREEMENT FOR GEOTECHNICAL ENGINEERING, DESIGN AND INSPECTION SERVICES FOR LA COSTA AVENUE AT MARBELLA (TESTING ENGINEERS - SAN DIEGO, INC.) This Amendment No. 1 is entered into and effective as of the o<\J3 _ day of 200_Cg_, amending the agreement dated June 26, 2006 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Testing Engineers - U.S. Laboratories, Inc. dba Testing Engineers - San Diego, Inc., a California corporation, ("Contractor") (collectively, the "Parties") for the geotechnical engineering, design, and inspection for the La Costa Avenue at Marbella project. RECITALS A. The Parties desire to alter the Agreement's scope of work to increase the Agreement amount by $3,313.03, for a total Agreement amount of $13,313.03; and B. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1 . In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed thirteen thousand three hundred thirteen dollars and three cents ($13,313.03). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 26, 2008. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals executing this Amendment 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 Amendment. City Attorney Approved Version #05.22.01 CONTRACTOR "B: CITY OF CARLSBAD, a municipal corporation of the State of California By: (e-mail address) City Manager or Mayor LORRAINE M. WOOD City^lerk /oV'^«v£\t'\ (e-mail address) If required by City, 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. I 'Group A. Chairman, President, or Vice-President •Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney AMENDMENT NO. 1 TO AGREEMENT FOR GEOTECHNICAL ENGINEERING, DESIGN AND INSPECTION SERVICES FOR LA COSTA AVENUE AT MARBELLA (TESTING ENGINEERS - SAN DIEGO, INC.) City Attorney Approved Version #05.22.01 Friday, April 14, 2006 City of Carlsbad VIA EMAIL 5950 El Camino Real shamm@ci.carlsbad.ca.us Carlsbad, CA 92008 Attention: Conrad "Skip" Hammann Subject: Modification to Contract Rates The following is our proposed modified fee schedule with one single rate for our field personnel that will encompass all of our field services and general conditions. This rate will be utilized with no additional charges for minimum hours, travel, mileage or overtime. The City of Carlsbad will be charged for actual time on site (rounded up to the nearest hour) for our services on the project site. Thank you for your time and consideration on this matter. Should you have any questions or comments, please contact us at any time. We can be reached at 858- 715-5800. Sincerely, Mark Baron Van Olin, PE, GE Principal Vice President V:\RFPs\2002\City of Carlsbad - Rancho Santa Fe Road North Realignment and Widening\2006 Unit Rate Fee Schedule City of Carlsbad.doc/mbaron Testing Engineers - U. S. Laboratories, Inc. 7895 Convoy Court, Suite 18 » San Diego, California 9211 1 » (858)715-5800 » Ha\: (858) 715-5810 Offices Nationwide 2O06 UNIT RA TE FEE SCHEDULE CITY OF CARLSBAD PROFESSIONAL ENGINEERING STAFF HOURLY RATE Principal Engineer $140.00 Project Engineer / Geologist / Architect $100.00 Staff Engineer / Geologist / Architect $80.00 INSPECTION / QUALITY CONTROL / QUALITY ASSURANCE Independent Quality Assurance Sampler and Tester $100.00 Soil Technician includes nuclear gauge or mobile laboratory $89.75 Registered Special Inspector $89.75 (Concrete, Masonry, Welding, Post Tensioned Concrete, Piles, Fireproofing) ACI Technician / Field Technician $89.75 Senior Construction Inspector* $95.00 Associate Construction Inspector* $92.00 Construction Inspector* $89.75 *Includes a cell or mobile phone and a laptop computer. NON-DESTRUCTIVE TESTING SERVICES Non-Destructive Testing Inspector (Ultrasonic, magnetic particle, dye penetrate)$89.75 SPECIAL SERVICES: Anchor Pull Tests - up to 30 tons $89.75 Batch Plant Inspector $89.75 Coring / Sawing Operator & Equipment $110.00 Reinforcing Steel Location $89.75 SUPPORT SERVICES: Pickup/Delivery (per trip within San Diego County) $40.00 Processing Prevailing Wage Payroll (per week) no charge TESTING ENGINEERS — U. S. LABORATORIES, INC. ZOO6 UNIT RA TE FEE SCHEDULE CITY OF CARLSBAD MATERIALS Price per specimen SOILS: California Bearing Ratio (CBR), Includes Maximum Density Curve $390.00 Cement Treated Base, Laboratory Design - Soil Cement, Each Set $445.00 Cement Treated Base, Sample Fabrication (Set of Three) $430.00 Cement Treated Base, Compression Test $35.00 Chloride Content of Soil $75.00 Consolidations - Per Point $60.00 Direct Shear Test $235.00 Expansion Index $140.00 Hydrometer Analysis with fine grading $200.00 Hydrometer Analysis with coarse & fine grade $250.00 Laboratory Compaction Test (Moisture Density-Each Curve) $165.00 Laboratory Compaction Test Requiring Rock Correction $200.00 Moisture Content $35.00 Plasticity Index / Liquid Limit $135.00 Fine Grained Soil $220.00 Granular Soil $360.00 R - Value (Minimum 3 pts.) $210.00 Resistivity and pH of Soil $165.00 Sand Equivalent $80.00 Shrinkage Limit $110.00 Sodium Sulfate Soundness (Per Size Fraction) $75.00 Soil Classification $250.00 Sulphate Content of Soil $75.00 AGGREGATES: Absorption Test, Coarse Aggregate $35.00 Absorption Test, Fine Aggregate $35.00 Aggregate Conformance Testing for State of California Projects $220.00 (Includes: Sieve Analysis, Specific Gravity, No. 200 Wash, Organic Impurities, and Unit Weight) Clay Lumps and Friable Particles $95.00 Cleanness Value $105.00 Crushed Particles, Percent $120.00 Durability Index, Coarse Aggregate $105.00 Durability Index, Fine Aggregate $80.00 Los Angeles Rattler $160.00 Mortar making properties of fine aggregates $225.00 Organic Impurities in Sand $50.00 Sieve Analysis (Gradation), Coarse Aggregate $60.00 Sieve Analysis (Gradation), Fine Aggregate (Including Wash) $70.00 Specific Gravity, Fine Aggregate $60.00 Specific Gravity, Coarse Aggregate $50.00 Unit Weight per Cubic Foot, Voids in Aggregate $60.00 TESTING ENGINEERS — U. S. LABORATORIES, INC. 2OO6 UNIT RA TE FEE SCHEDULE CITY OF CARLSBAD ASPHALT CONCRETE: Asphalt Mix Design Quote Asphalt Mix Design Review $140.00 Extraction, % Asphalt (Including gradation) $210.00 Film Stripping $75.00 Hveem Stability & Unit Weight $160.00 Marshall Stability, Flow & Unit Weight (Three Specimens) $185.00 Maximum Theoretical Unit Weight (Rice Specific Gravity) $90.00 Percent Swell $90.00 Unit Weight Compacted Sample or Core (Bulk Specific Gravity) $60.00 Unit Weight Sample Requiring Compaction $125.00 CONCRETE: Compression Tests, 6x12 Cylinder $24.00 Compression Tests, Gunite/Shotcrete Panels, 3 Cut Cores per Panel (Set) $300.00 Compression Tests, Cores (Includes Sample Preparation) $65.00 Compression Tests, Lightweight Concrete Fill $45.00 Concrete Flexural Test, 6x6x18 $70.00 Concrete Mix Design (Includes Aggregate Testing) $400.00 Concrete Mix Design (Revision or Review) $140.00 Drying Shrinkage (3 Specimens-28 Days) $300.00 Gunite Panel, 3 Cores $300.00 Gunite Panel, 4 Cores $350.00 Modulus of Elasticity, Static $88.00 Splitting Strength Test $75.00 Trial Batch, Includes Mix Design, Aggregate Testing & Six Compression Tests $850.00 Unit Weight, Lightweight Concrete Fill $55.00 MASONRY: Absorption Test, Brick, 7-Day $50.00 Composite Prism (under 400,000 Ibs.), Half Size (8 x 16 x 8) $100.00 Composite Prism (under 400,000 Ibs.), Full Size (8 x 16 x 16) $100.00 Compression Test, Brick $30.00 Compression Test, Blocks $35.00 Compression Tests, Grout or Mortar, 2x4 cylinder UBC $55.00 Conformance Package $550.00 Efflorescence, Block with Mortar $50.00 Efflorescence, Block or Brick Only $50.00 In-Place Shear Test (per test) $120.00 Linear Shrinkage $120.00 Modulus of Rupture, Brick $45.00 Moisture as Received, Brick $45.00 Shear Test, cores (excludes sample preparation) $60.00 Compression Test Cores (includes sample preparation) $70.00 TESTING ENGINEERS — U. S. LABORATORIES, INC. 2OO6 UNIT RA TE FEE SCHEDULE CITY OF CARLSBAD Unit Weight & Absorption, Block $50.00 STEEL: High Strength Bolt, Nut & Washer Conformance $130.00 (Wedge Tensile, Proof Load, Hardness) Mechanical Tests, Hardness Test, Rockwell $55.00 Prestressed Steel, Tensile Test, Strand (7 wire) $112.00 Reinforcing Steel, Tensile Test - No. 11 Bars & Smaller $50.00 Reinforcing Steel, Tensile Test - No. 14 Bars & Larger (TO Min. Requir. Only) $60.00 Reinforcing Steel, Bend Test: No. 11 Bars & Smaller $50.00 Mechanically Spliced Reinforcing Steel $100.00 Spray Applied Fireproofing Density Tests Oven Dry Method $50.00 Displacement Method $50.00 Structural Steel, Tensile Test - Up to 200,000 Ibs. $50.00 Structural Steel, Pipe Flattening Test $50.00 Welded Specimens, Tensile Test - No. 11 Bars & Smaller $60.00 Welded Specimens, Tensile Test - No. 14 Bars (To Min. Require. Only) $80.00 Welded Specimens, Tensile Test - No. 18 Bars (To Min. Require. Only) $90.00 Welded Specimens, Tensile Testing - Mechanically Spliced Bar $90.00 WELDING CERTIFICATION American Welding Society (AWS Dl.l) Limited Thickness Plate (per position) $360.00 Unlimited Thickness Plate (per position) $310.00 Pipe (per position) $260.00 American Welding Society (AWS D1.4) Bar Sizes #3 through #9 (each) $220.00 Bar Sizes #10 through #11 (each) $250.00 Bar Sizes #14 through #18 (each) $270.00 American Society of Mechanical Engineers (ASME) Plate or Pipe Procedure Qualification (each) $610.00 Plate or Pipe Welder Qualification (each) $610.00 American Welding Society (AWS D1.3) Light Gauge Metal (includes butt and plug weld) $210.00 Procedure Qualification per AWS, ASME or Military Standards QUOTE Fillet Weld Test (Break and Etch Test) $210.00 Fillet Weld Test Plates $50.00 Ultrasonic Testing of Weld Coupons $90.00 Witness time, if required $90.00 TESTING ENGINEERS — U. S. LABORATORIES, INC. PWENG526 AGREEMENT FOR GEOTECHNICAL ENGINEERING, DESIGN AND INSPECTION SERVICES FOR LA COSTA AVENUE AT MARBELLA (TESTING ENGINEERS - SAN DIEGO, INC.) o,^THIS AGREEMENT is made and entered into as of the «O day of JvQf\jL , 20 ob . by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Testing Engineers - U.S. Laboratories, Inc. dba Testing Engineers - San Diego, Inc., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in geotechnical engineering, design and inspection for the La Costa Avenue at Marbella project. B. Contractor has the necessary experience in providing professional services and advice related to engineering, design and inspection. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor 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, gentechnical engineering, civil engineering and inspection services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof in an amount not to exceed ten thousand dollars ($10,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. City Attorney Approved Version #04.01.02 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be ten thousand dollars ($10,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version #04.01.02 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 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-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 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. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. City Attorney Approved Version #04.01.02 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain 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 anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. City Attorney Approved Version #04.01.02 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. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: Name Title For Contractor: Skipp Hammann Deputy City Engineer Name_ Title Mark Baron Department Public Works City of Carlsbad Address 5950 El Camino Real Business Unit Manager Address 7895 Convoy Court. Suite 18 San Diego. CA 92111 Phone No. (858)7155800 Carlsbad. CA 92008 Phone No. (760) 602 2780 x 7321 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, City Attorney Approved Version #04.01.02 agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and 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. City Attorney Approved Version #04.01.02 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 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 City Attorney Approved Version #04.01.02 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. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version #04.01.02 8 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. CONTRACTOR *B CITY OF CARLSBAD, a municipal corporation of the State of California City Manager or Mayor ATTEST: (sign here) (print name/title) (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor must be attached, if a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By:. )eputy City Attbrney AGREEMENT FOR GEOTECHNICAL ENGINEERING, DESIGN AND INSPECTION SERVICES FOR LA COSTA AVENUE AT MAR BELLA (Testing Engineers - San Diego, Inc.) City Attorney Approved Version #04.01.02 EXHIBIT "A" 2OO6 UNIT RATE FEE SCHEDULE CITY OF CARLSBAD PROFESSIONAL ENGINEERING STAFF HOURLY RATE Principal Engineer $140.00 Project Engineer / Geologist / Architect $100.00 Staff Engineer / Geologist / Architect $80.00 - QUALITY ASSURANCE Independent Quality Assurance Sampler and Tester $100.00 Soil Technician includes nuclear gauge or mobile laboratory $89.75 Registered Special Inspector $89.75 (Concrete, Masonry, Welding, Post Tensioned Concrete, Piles, Fireproofing) ACI Technician / Field Technician $89.75 Senior Construction Inspector* $95.00 Associate Construction Inspector* $92.00 Construction Inspector* $89.75 *Includes a cell or mobile phone and a laptop computer. NON-DESTRUCTIVE TESTING SERVICES Non- Destructive Testing Inspector (Ultrasonic, magnetic particle, dye penetrate)$89.75 SPECIAL SERVICES: Anchor Pull Tests - up to 30 tons $89.75 Batch Plant Inspector $89.75 Coring / Sawing Operator & Equipment $1 10.00 Reinforcing Steel Location $89.75 SUPPORT SERVICES: Pickup/Delivery (per trip within San Diego County) $40.00 Processing Prevailing Wage Payroll (per week) no charge TESTING ENGINEERS - u. S. LABORATORIES, INC. 2006 UNIT RATE FEE SCHEDULE CITY OF CARLSBAD MATERIALS , , :_, Price per specimen SOILS: California Bearing Ratio (CBR), Includes Maximum Density Curve $390.00 Cement Treated Base, Laboratory Design - Soil Cement, Each Set $445.00 Cement Treated Base, Sample Fabrication (Set of Three) $430.00 Cement Treated Base, Compression Test $35.00 Chloride Content of Soil $75.00 Consolidations - Per Point $60.00 Direct Shear Test $235.00 Expansion Index $140.00 Hydrometer Analysis with fine grading $200.00 Hydrometer Analysis with coarse & fine grade $250.00 Laboratory Compaction Test (Moisture Density-Each Curve) $165.00 Laboratory Compaction Test Requiring Rock Correction $200.00 Moisture Content , $35.00 Plasticity Index/ Liquid Limit S135.00 Fine Grained Soil $220.00 Granular Soil $360.00 R - Value (Minimum 3 pts.) $210.00 Resistivity and pH of Soil $165.00 Sand Equivalent $80.00 Shrinkage Limit $110.00 Sodium Sulfate Soundness (Per Size Fraction) $75.00 Soil Classification $250.00 Sulphate Content of Soil $75.00 AGGREGATES: Absorption Test, Coarse Aggregate $35.00 Absorption Test, Fine Aggregate $35.00 Aggregate Conformance Testing for State of California Projects $220.00 (Includes: Sieve Analysis, Specific Gravity, No. 200 Wash, Organic Impurities, and Unit Weight) Clay Lumps and Friable Particles $95.00 Cleanness Value $105.00 Crushed Particles, Percent $120.00 Durability Index, Coarse Aggregate $105.00 Durability Index, Fine Aggregate $80.00 Los Angeles Rattler $160.00 Mortar making properties of fine aggregates $225.00 Organic Impurities in Sand $50.00 Sieve Analysis (Gradation), Coarse Aggregate . $60.00 Sieve Analysis (Gradation), Fine Aggregate (Including Wash) $70.00 Specific Gravity, Fine Aggregate $60.00 Specific Gravity, Coarse Aggregate $50.00 Unit Weight per Cubic Foot, Voids in Aggregate $60.00 ASPHALT CONCRETE: Asphalt Mix Design Quote Asphalt Mix Design Review $140.00 Extraction, % Asphalt (Including gradation) $210.00 TESTING ENGINEERS - u. S. LABORATORIES, INC. 2O06 UNIT RA TE FEE SCHEDULE CITY OF CARLSBAD Film Stripping $75.00 Hveem Stability & Unit Weight $160.00 Marshall Stability, Flow & Unit Weight (Three Specimens) $185.00 Maximum Theoretical Unit Weight (Rice Specific Gravity) $90.00 Percent Swell $90.00 Unit Weight Compacted Sample or Core (Bulk Specific Gravity) $60.00 Unit Weight Sample Requiring Compaction $125.00 CONCRETE: • ••*•<•. • -.>^:-?,^ • . Cement Testing QUOTE Compression Tests, 6x12 Cylinder $24.00 Compression Tests, Gunite/Shotcrete Panels, 3 Cut Cores per Panel (Set) $300.00 Compression Tests, Cores (Includes Sample Preparation) $65.00 Compression Tests, Lightweight Concrete Fill $45.00 Concrete Flexural Test, 6x6x18 $70.00 Concrete Mix Design (Includes Aggregate Testing) $400.00 Concrete Mix Design (Revision or Review) $140.00 Drying Shrinkage (3 Specimens-28 Days) $300.00 Gunite Panel, 3 Cores $300.00 Gunite Panel, 4 Cores $350.00 Modulus of Elasticity, Static $88.00 Splitting Strength Test $75.00 Trial Batch, Includes Mix Design, Aggregate Testing & Six Compression Tests $850.00 Unit Weight, Lightweight Concrete Fill $55.00 MASONRY: Absorption Test, Brick, 7-Day $50.00 Composite Prism (under 400,000 IDS.), Half Size (8x16x8) $100.00 Composite Prism (under 400,000 Ibs.), Full Size (8 x 16 x 36) $100.00 Compression Test, Brick $30.00 Compression Test, Blocks $35.00 Compression Tests, Grout or Mortar, 2x4 cylinder UBC $55.00 Conformance Package $550.00 Efflorescence, Block with Mortar $50.00 Efflorescence, Block or Brick Only $50.00 In-Place Shear Test (per test) $120.00 Linear Shrinkage $120.00 Modulus of Rupture, Brick $45.00 Moisture as Received, Brick $45.00 Saturation Co-Efficient (Includes Absorption) Brick $50.00 Shear Test, cores (excludes sample preparation) $60.00 Compression Test Cores (includes sample preparation) $70.00 Unit Weight & Absorption, Block $50.00 STEEL: High Strength Bolt, Nut & Washer Conformance $1 30.00 (Wedge Tensile, Proof Load, Hardness) Mechanical Tests, Hardness Test, Rockwell $55.00 Prestressed Steel, Tensile Test, Strand (7 wire) $112.00 Reinforcing Steel, Tensile Test - No. 11 Bars & Smaller $50.00 TESTING ENGINEERS - U. S. LABORATORIES, INC. 20O6 UNIT RA TE FEE SCHEDULE CITY OF CARLSBAD Reinforcing Steel, Tensile Test - No. 14 Bars & Larger (To win. Requir. Only) $60.00 Reinforcing Steel, Bend Test: No. 11 Bars & Smaller $50.00 Mechanically Spliced Reinforcing Steel $100.00 Spray Applied Fireproofing Density Tests Oven Dry Method $50.00 Displacement Method $50.00 Structural Steel, Tensile Test - Up to 200,000 Ibs. $50.00 Structural Steel, Pipe Flattening Test $50.00 Welded Specimens, Tensile Test - No. 11 Bars & Smaller $60.00 Welded Specimens, Tensile Test - No. 14 Bars (To Min. Require. Only) $80.00 Welded Specimens, Tensile Test - No. 18 Bars (To Min. Require. Only) $90.00 Welded Specimens, Tensile Testing - Mechanically Spliced Bar $90.00 WELDING CERTIFICATION American Welding Society (AWS Dl.l) Limited Thickness Plate (per position) $360.00 Unlimited Thickness Plate (per position) $310.00 Pipe (per position) $260.00 American Welding Society (AWS D1.4) Bar Sizes #3 through #9 (each) $220.00 Bar Sizes #10 through #11 (each) $250.00 Bar Sizes #14 through #18 (each) $270.00 American Society of Mechanical Engineers (ASME) Plate or Pipe Procedure Qualification (each) $6.10.00 Plate or Pipe Welder Qualification (each) $610.00 American Welding Society (AWS D1.3) Light Gauge Metal (includes butt and plug weld) $210.00 Procedure Qualification per AWS, ASME or Military Standards QUOTE Fillet Weld Test (Break and Etch Test) $210.00 Fillet Weld Test Plates $50.00 Ultrasonic Testing of Weld Coupons $90.00 Witness time, if required $90.00 TESTING ENGINEERS - U. S. LABORATORIES, INC.