Loading...
HomeMy WebLinkAbout4.03 GeotechServicesAgmt CITY CLERK File # O[6J[(2][Q]-r3l[!2] AGENDA STATEMENT CITY COUNCIL MEETING DATE: August 17, 2004 SUBJECT: Approval of Consulting Agreement with Kleinfelder, Inc., for General Geotechnical Services Report Prepared by: Melissa Morton, Public Works Director ATTACHMENTS: 1) 2) 3) 4) Resolution with Agreement Letter from Kleinfelder, Inc. Rate Comparison Previous Agreement and Amendments RECOMMENDATlON:pAdoPt resolution approving Agreement FINANCIAL STATEMENT: Under this agreement, Kleinfelder, Inc., will provide general geotechnical services to the City based on the proposed rate schedule. Types of services to be performed are typically planchecking and peer review for private development projects, or soils engineering for Capital hnprovement Program (CIP) Projects. Kleinfelder will provide specific not-to-exceed proposals for each project. The cost for services will either be paid by developers or budgeted for the specific CIP project. Kleinfelder proposes a rate adjustment of 1.17% for Fiscal Year 2004-2005. DESCRIPTION: The City has contracted with Kleinfelder, Inc., since June 1996 for general geotechnical services. Services provided to date have been peer review for private development projects, such as the Pinn Brothers development, and Staff support and testing services for the Eastern Dublin Arterial Street hnprovements CIP project. Staff is proposing a new two-year agreement with Kleinfelder in order to stay current with legal requirements. The term of the agreement will be until June 30, 2006, with a rate adjustment allowed for the second year of the agreement. Kleinfelder is proposing a rate increase for Fiscal Year 2004-2005 of 1.17%. Under this agreement, Staff would typically obtain a not-to-exceed proposal from Kleinfelder for each specific private development review or Capital Project. The cost of the work is budgeted within -------------------------------------------------------------- g;\engr\kleinfelder\agst agreement 04-05 COPIES TO: Donald G. Gray, Kleinfelder ~I "2' I Vbd-· ITEMNO.~ u individual CIP projects or is paid by the developer. Staff proposes to extend the contract agreement until June 30, 2006. The work provided to date by Kleinfelder, Inc., has been satisfactory, professional, and competitive, and Staff recommends that the City Council approve the agreement. Page 2 úb d- I ~ If4' RESOLUTION NO. - 04 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ********* APPROVING AGREEMENT FOR GEOTECHNICAL SERVICES WITH KLEINFELDER, INC. WHEREAS, the City has utilized the services of Kleinfelder, Inc., in the past with acceptable results; and WHEREAS, the City Council ofthe City of Dublin approved an agreement for geotechnical services with Kleinfelder, Inc., on June 24, 1999, for a two-year period; and WHEREAS, the City wishes to continue to utilize Kleinfelder's services and enter into a new two- year agreement until June 30, 2006, allowing the consultant to request an adjustment of rates for Fiscal Year 2005-2006; NOW, THEREFORE, BE IT RESOLVED that the City Council ofthe City of Dublin does hereby approve the agreement (extension of time) with Kleinfelder,lnc., which is attached hereto as "Exhibit A." BE IT FUR THER RESOLVED that the Mayor is authorized to execute the agreement. PASSED, APPROVED AND ADOPTED this 17th day of August, 2004. AYES: NOES: ABSENT: ABSTAIN: Mayor ATTEST: City Clerk ATTACHMENT g - 11-0 '-f 'tf. g;\engr\kleinfelder\reso agreement 04-05 ;), 1J L.f7 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND KLEINFELDER, INC. THIS AGREEMENT for consulting services is made by and betwéen the CITY OF DUBLIN ("City") and KLEIN FELDER, INC. ("Consultant") as of August 17, 2004. Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the date first noted above and shall end on June 30, 2006, the date of completion specified in Exhibit A, and Consultant shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwi.se terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in which Consultant practices its profession. Consultant shall prepare all work products required by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normally observed by a person practicing in Consultant's profession. 1.3 Assianment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.1 above and to satisfy Consultant's obligations hereunder. Consultant shall not be responsible for delays beyond Consultant's reasonable control. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed Seventy- Five Thousand Dollars and No Cents ($75,000), notwithstanding any contrary indications that may be contained in Consultant's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. EXHIBIT A -t:o 'the if&;o/ ut/OI1 ~ Db y.4 Except as specifically authorized by City, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs _ inc!lrn:~dp~iqF !o!h_e )nyo!c~ d_ate. Ln~oÍge§_sbª1I co_ntaiD th~tol!º-~Q9.lnforrDéltiºn: · Clear numerical identification, with no duplication of numbering; · The beginning and ending dates of the billing period; · A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; · At City's option, for each work item in each task, a copy of the applicable time entries or time sheets shall be submitted showing the name of the person doing the work, the hours spent by each person, a brief description of the work, and each reimbursable expense; · The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder, as well as a separate notice when the total number of hours of work by Consulta~t and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours, which shall include an estimate of the time necessary to complete the work described in Exhibit A; · The Consultant's signature. 2.2 Monthlv Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 Page 2 of 13 i ~ 44 2.4 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.5 Reimbursable Expenses. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.6 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.7 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to that date. 2.8 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involvê incurring any direct expense, including but not limited to computer, long~distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Consultant, at its own cost and expense, shall procure "occurrence coverage" insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects to the City. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence thereof to City. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 Page 3 of 13 S- "b '¥'(. 4.1 Workers' Compensation. Consultant shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS ($1,000,000.00) per accident. In the alternative, Consultant may rely on a self-insurance program to meet those requirements, but only if the program of self~insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Consultant, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.2 Commercial General and Automobile Liabilitv Insurance. 4.2.1 General reauirements. Consultant, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non-owned automobiles. 4.2.2 Minimum scope of coveraae. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 8 and 9 ("any auto"). No endorsement shall be attached limiting the coverage. 4.2.3 Additional reauirements. Each of the following shall be included in the insurance coverage or added as an endorsement to the policy: Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August17,2004 Page 4 of 13 (¡; ~.~ a. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Consultant, including the insured's general supervision of Consultant; products and completed operations of Consultant; premises owned, occupied, or used by Consultant; and automobiles owned, leased, or used by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. b. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. c. An endorsement must state that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. d. Any failure of CONSULTANT to comply with reporting provisions of the policy shall not affect coverage provided to CITY and its officers, employees, agents, and volunteers. e. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Consultant shall notify City within 14 days of notification from Consultant's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.3 Professional Liabilitv Insurance. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000) covering the licensed professionals' errors and omissions. 4.3.1 Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.2 An endorsement shall state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 4.3.3 The following provisions shall apply if the professional liability coverages are written on a claims-made form: Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17, 2004 Page 5 of 13 -¡~~ a. The retroactive date of the policy must be shown and must be before the date of the Agreement. b. Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c. If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant must provide extended reporting coverage for a minimum of five years after completion of the Agreement or the work. The City shall have the right to exercise, at the Consultant's sole cost and expense, any extended reporting provisions of the policy, if the Consultant cancels or does not renew the coverage. d. A copy of the claim reporting requirements must be submitted to the City prior to the commencement of any work under this Agreement. 4.4 All Policies Reauirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of coveraae. Prior to beginning any work under this Agreement, Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required herein. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 4.4.3 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4.4 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverages, scope, limits, and forms of such insurance are either not commercially available, or that the City's interests are otherwise fully protected. 4.4.5 Deductibles and Self"lnsured Retentions. Consultant shall disclose to and obtain the approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August17,2004 Page 6 of 13 'b ðQ ~cr During the period covered by this Agreement, only upon the prior express written authorization of Contract Administrator, Consultant may increase such deductibles or self-insured retentions with respect to City, its officers, employees, agents, and volunteers. The Contract Administrator may condition approval of an increase in deductible or self-insured retention levels with a requirement that Consultant procure a bond, guaranteeing payment of losses and related investigations, claim administration, and defense expenses that is satisfactory in all respects to each of them. 4.4.6 Notice of Reduction in Coveraae. In the event that any coverage required by this section is reduced, limited, or materially affected in any other manner, Consultant shall provide written notice to City at Consultant's earliest possible opportunity and in no case later than five days after Consultant is notified of the change in coverage. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant's breach: · Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; · Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or · Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. Consultant shall indemnify, defend with counsel selected by the City, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whoie or in part, by the willful misconduct or negligent acts or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Consultant from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 Page 7 of 13 q Db tt1 apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Consultant acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Section 6. STATUS OF CONSULTANT. 6.1 . Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant No Aaent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governina Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Reaulations. To the extent that this Agreement may be funded by fiscal assistance from another governmèntal entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August17,2004 Page 8 of 13 lD tIIJ 4-4 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Eaual Opportunity. Consultant shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Consultant thereby. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon thirty (30) days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no' obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 Page 9 of 13 \t ~ '+1 no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.4 Assi~:mment and Subcontractina. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 8.6 Options upon Breach bv Consultant. If Consultant materially breaches any of the terms of this Agreement, City's remedies shall included, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 Page 10 of 13 \ ~ Ob '+4 above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both parties. 9.2 Consultant's Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Section 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds TEN THOUSAND DOLLARS ($10,000.00), the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of three (3) years after final payment under the Agreement. Section 10 MISCELLANEOUS PROVISIONS. 10.1 ,Attornevs' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severabilitv. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 Page 11 of 13 I ~ Db t.f'l 10.5 Successors and Assians. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. 10.6 Use of Recvcled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 at seq. Consultant hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous twelve months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of Government Code §1090 et.seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by Melissa Morton, Public Works Director ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Don Gray Kleinfelder, Inc. 7133 KolI Center Parkway, #100 Pleasanton, CA 94566 Any written notice to City shall be sent to: Melissa Morton City of Dublin Public Works 100 Civic Plaza Dublin, CA 94568 Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 Page 12 of 13 IY.~~ 10.11 Professional Seal. Where applicable in the determination of the contract administrator, the first page of a technical report, first page of design specifications, and each page of construction drawings shall be stamped/sealed and signed by the licensed professional responsible for the reporUdesign preparation. The stamp/seal shall be in a block entitled "Seal and Signature of Registered Professional with reporUdesign responsibility," as in the following example. 1 0.12 Inte~ration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibit A, represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. CITY OF DUBLIN CONS~~ ê) /J < f rl. , ~'Øtt4- ~" Janet Lockhart, Mayor Attest: Kay Keck, City Clerk Approved as to Form: Elizabeth Silver, City Attorney G :\Eng r -contract\zumwaltlagreement 04-QS.doc Consulting Services Agreement between City of Dublin and Kleinfelder, Inc. August 17,2004 .Page 13 of 13 .' . I? lib '+1 EXHIBIT A SCOPE OF SERVICES To provide geotechnical peer review of soils and geologic reports for private development projects and Capital Improvement Projects; including testing and field observations and attendance at meetings as required. Consultant shall provide City with a not~to-exceed fee on a project by project basis. G:\Engr-contractlzumwaltlagreement 04-05.doc Consulting Services Agreement between City of Dublin and Kleinfelder, Inc.-~Exhibit A EXHIBIT . A -t-o the Æ.9~ ~.'- .,'..- '..--.' ._-,. . "...-. \ ~ tf{) 'f1 EXHIBIT B COMPENSATION SCHEDULE The term of the agreement shall be for a two-year period ending June 30, 2006. Consultant may request an adjustment of rates for the second year of the term. Compensation shall be paid per the attached Fee Schedule. City shall pay Consultant an amount not to exceed the total sum of Fifty Thousand Dollars ($50,000) per year for services to be performed pursuant to this Agreement. Consultant shall submit invoices at the end of each specific project or as agreed between Consultant and City regarding each specific project, based on the cost for services performed. The total sum stated above shall be the total which City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement City shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty-five percent (25%) of the initial contract price. The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of City. If the Agreement is terminated by City, Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials to the effective date of such termination. In that event, all finished and unfinished documents and other materials shall, at the option of the City, become City's sole and exclusive property. Consultant hereby expressly waives any and all claims for damages or compensation arising under this Agreement. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to date. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. G:\Eng r -contract\zumwaltlagreement Q4·05.doc Consulting Services Agreement between City of Dublin and Kleinfelder, Inc.--Exhibit B EXHI ~ t 0 -i::' "-e AJ re-em err."'f- .,1 III ~J,r&;L~E' Technician I 2004..2005 PROPOSED RATE/HR. $192 $171 $161 $151 $146 $140 $129 .' $115 $103 $98 $90 $96 $78 $98 , $88 $78 $73 $68 CLASSIFICATION Principal Professiohal SeniorProject Manager' Senior Professional Project Manager II Projact Manager I Project Professional Staff Professional II Staff Professional I Professional I I Professional I CADD Operator Supervisory Technician Draftsperson Supervisory Technician Technician III' Technician II Administrative/Word Processor 01003ÙA (pLE4L129)/jb © 2004 Kleinfe1der, Inc. ...1' /ß 1J 'f1 III KLEINFELDER An employee owned .ampany March 17, 2004 File No.: 01003GA Michael Stella, P.E. City of Dublin 100 Civic Plaza Dublin, California 94568 SUBJECT: Proposed Rate Increases, Kleinfelder FY04-05 Geotechnical Services Contract Amendment Dear Mr. Stella: Our services are being provided in accordance to Kleinfelder's contract with the City of Dublin, Resolution 125-03 dated August 11,2003. As needed for the amendment in the upcoming year, we are providing a list of our proposed increased rates. A 1.1 % rate increase is proposed in accordance with the Bureau of Labor Statistics Consumer Price Index (CPr) for San Francisco during the last 12 months. The table attached shows our new rates using a 1.1 % increase rounded to the nearest dollar (up or down) based on the CPT increase. We greatly appreciate having the opportunity to work for City of Dublin and look forward to continuing to work for you in the future. If you should have any questions regarding this letter please call me at (925) 484-1700, ext 205. Sincerely, KLEINFELDER, INC. ----9",.,- .4 .--;::é~' (" . I / l~ J¿~Y>o<¿GY-f-1- DonaW c{ Gray, G.E. GeoSciences Group Manager Attachments: Exhibit 1 - 2004/2005 Table of Rate Increases Bureau of Labor Statistics, San Francisco CPI DG/jb 01003GA (PLE4L129)/jb ATTACHMENT--2- ' KLEIN FELDER 7133 Koll Center Parkway, Suite 100, Pleasanton, CA 94566~3101 tj ~ Lf( III KLEI ELDER KLEINFELDER, INC Technician I 2004~2005 PROPOSED RATE/HR. $192 $171 $161 $151 $146 $140 $129 $115 $103 $98 $90 $96 $78 $98 $88 $78 $73 $68 CLASSIFICATION Principal Professional Senior Project Manager Senior Professional Project Manager II Project Manager I Project Professional Staff Professional II Staff Professional I Professional II Professional I CADD Operator Supervisory Technician Draftsperson Supervisory Technician Technician III Technician II AdministrativelWord Processor 01003GA (PLE4L129)/jb © 2004 Kleinfelder, Inc. '?O ð[) '11 KLEIN FELDER RATE COMPARISON FOR FY 2004·2005 AMENDMENT 2003-2004 PROPOSED HOURS 2003-04 2004-2005 CLASSIFICATION THRU 4/30/03 RATE COST RATE COST DIFF. PRINCIPAL PROFESSIONAL 0 190.00 192.00 SENIOR PROJECT MANAGER 0 169.00 171.00 SENIOR PROFESSIONAL 22 159.00 3,498.00 161.00 3,542.00 44.00 1.26% PROJECT MANAGER II 0 149.00 151.00 PROJECT MANAGER I 0 144.00 146.00 PROJECT PROFESSIONAL 0 138.00 140.00 STAFF PROFESSIONAL II 0 128.00 129.00 STAFF PROFESSIONAL I 9 114.00 1,026.00 115.00 1,035.00 9.00 0.88% PROFESSIONAL II 0 102.00 103.00 PROFESSIONAL I 0 97.00 98.00 CADD OPERATOR 0 89.00 90.00 SUPERVISORY TECHNICIAN 0 95.00 96.00 DRAFTSPERSON 0 77.00 78.00 TECHNICIAN III 0 87.00 88.00 TECHNICIAN II 0 77.00 78.00 TECHNICIAN I 0 72.00 73.00 ADMINIWORD PROCESSOR 0.5 67.00 33.50 68.00 34.00 0.50 1.49% 31.5 4,557.50 4,611.00 53.50 1.17% RATE 2/16/2004 · ADMIN I (word processor) 65.00 0.5 SR. PROFESSIONAL 155.00 22 STAFF PROFESSIONAL 110.00 9 · Kleinfelder will be resubmitting a corrected invoice using 03-04 rates ATTACHMENT 3. -.-- . .. ('. ~ EXH IBIT A OF RESOLUTION 6< I trt> ~o¡ / STANDARD CONSULTING ENGINEERING SERVICES AGREEMENT THIS AGREEMENT is made at Dublin, California, as of July 1, 1999, by and between the CITY OF DUBLIN, a municipal corporation ("City"), and KIeinfelder, Inc. ("Consultant"), who agree as follows: L SERVICES. Subject to the terms and conditions set forth in tms Agreement, Consultant shall provide to City the services described in Exhibit A. Consultant shall provide said services at the time, place, and in the manner specified in Exhibit A. 2. PAYMENT. City shall pay Consultant for services rendered pursuant to tms Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all billings for said services to City in the manner specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which Consultant uses for billing clients sinùlar to City. 3. F ACJLITIES AND EOUIPMENT. Except as set forth in Exhibit C, Consultant shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. City shall furnish to Consultant only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the general provisions. 5. EXHlRITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. SUBCONTRACTING. The Consultant shall perform the work contemplated with resources available within its own organization and no portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that wmch is expressly identified in the Consultant's proposal. 7. CHANGES. City may from time to time require changes in the scope of the services by Consultant to be performed under tms Agt;'eement. Such changes, including any change in the amount of Consultant's compensation which are mutually agreed upon by City and Consultant, shall be effective as amendments to this Agreement only when in writing. 8. RESPONSffiLE CHARGE. Consultant shall assign a project manager(s) to the project for the duration of the project. There shall be no change in the Project Manager Or members of the project Agreement Page 1 of2 06/08/99 ATTACHMENT 'I. ,"-"" -- ;< a-ðQ~ team without prior written approval by the City. The Project Manager for Consultant shall be Michael Majchrzak. 9. CONTRACT ADMINISTRATION. This Agreem~nt shall be administered by LEE S. THOMPSON ("AdmiIÙstrator"). All correspondence shall be directed to or through the AdmiIÙstrator or rus or designee; 10. ADDITIONAL CONDITIONS. All conditions presented on Attachment A except 13, 21, and 24, as amended. 11. NOTICES. Any written notice to Consultant shall be sent to: KIeinfelder, Inc. 7133 KolI Center Parkway Suite 100 Pleasanton CA 94566-3101 Any written notice to City shall be sent to: Lee S. Thompson Director of PublicW orks/City Engineer P. O. Box 2340 Dublin, CA 94568 Executed as of the day first above stated: By Attest: BY~~ "Consultant" Approved as to form: ~ þt,-~~ City Attorney Agreement Page 2 of2 06/08/99 ,--. ATTACHHßNT A GENERAL CONDITIONS .--. ~_3 t5 '+1 1. Consultant shan Invoice crtent periodically for the secvIces performed Ln:Ier this AgMment. Cliett $hall pøy such Invoices upon receipt. Invoices not paid within thirty (30) days of the invoice date shaD be SlIbjed to a late payment charge of 1-112 percent F*' month. The invoice amounts shall be presumed to be correct unless Client notifIeS Consultant In writing v.flhin fourteen (14) dayS or receipt. 2 If Client fails to pay an Invoice when due. Consubnt may suspend all servic::e$ until such invÞioe b paid in full. If payment in full Is I1tJt made within sôcty (60) dayS of the Invoice date, Consultant may treat such nonpayment IS a rnateriallnach of this Agreemett by the Client and may terminate this Agreement 3. Consullant shall perform its MTVIœs In . rnanJ'Ie( consi&tent wiIh the standard of care and sIdII 0I'dInarØy ..ÇÎ$ed by members of the proression pnacticlng under similar conditions In the g80glilphlc vicinity and at the time the services lint performed. No warTaI'Ity, ~ 0( guarantee, express or knplled, Is made or intended by this Agreement. 4. Consultant shall sign celtiflcations only If ConsuIbsnt approves the form of such certification prior to the commencement of services, and provided such certlfic:ation is limited to a statement of ~essionaI opinion and does not constitute a warranty or guntbe, exrnsa or implied. 5. ~ proyicIed under this Agreement. including aD reports, ir.rUlII..dlvn 01' I1ICOmmendationa poepnd 0( Isaued by Consultant. are for !he exeIusive use of the CDent for the Project specifHld. No other use Is authorized ~ this Agreement Client WIB not distribute or COf'Nf!f Consultant'$ reports or r8CO/11rnet'1dation$ to any other person or crganlzBtion other 'than those Identified t\ the project description wIIJDJt ConsuIIant's written author1zat on. CDent releases Consultant from liability and agrees to defend. indemnify and hold hannIeM Consultant fn:Im wry and aI claims, labilities, damages or expenses arising, In whole or In part, from such unauthoriZed distribution. ' 6. Consultant's reports, borfng Ioga. maps, tiek:I data, dr8w!ngs, test Mub and other sImIlar documents .. r.trurnents of professional service, not products. Consultant reserves the right to copyright such doc::urn«Jts; howtYer, such copyright Is not \ntendIId to Imit the Crlent's use of the services provided under this AgrHment other than 1$ descrtbeclln paraglilph'S. 7. Client wiD make available to ConauItant all information regarding D:I8tIng condIIIons, including the ftIIistence of hazardous or dangerous materials. and proposed uses ot the project site. Client will transmit IrnmediBtely to COI'I$UIIant any new information that becomes available or any change in plans. Client releases COO$ultant from liability for any Incorrect advice, judgment or dec:ision based on any Inaccurate infonnalion fumi&hed by Client or othel$. Client agrees to defend. ·lndernnify and hokf harmless Consultant from any and ell claims, labIlitIeS, demands or expenses wising. in whole or In part, from such Inrormation. 8. Client shall secure the permission necessary to alloW Consultant's personneIlI'Id equipment access to the PrDjec:t site at no cost to Consultant. 9. . Client shall be responsible for correctfy designating the location of an property linea of the ProJ«;t lie and d sub$Utface installations, such as pipes, tanks, cables. electrical lines, telephone lines and utilities Within the project sit, unless otherwise agreed in wrtIng. 10. Consultant Is not responsible for the completion or qUlllty of work that Is dependent upon or pedormed b'/ the Client or third parties not under the direct control of ConauItant..nor Is Consultant responsible fcr their acta or omissions or for any damage$ rasuIIing therefrom. 11. Neither CDent nor any other person may change or modify ConsuItanI's work product wtthout ConsuItant'swritten authorization. Client releases Consultant from liability and agrees to derend. indemnify m:I hold harmless Consultant from any and .. claims, 1IÞiIIties, damages or expenses arising, In whole or in part. from IIJCh unauthorized changes or modItIc:IItions. . 12 Client waives any claim against Consultant and agrees to defend, indemnify and hold harmless Consultant ·fttm any and all claims, IiabUilles, damagea or Ðp«'IMS, Including but not Bmlted to delay of the Pro ec:;t, reduction of property value, fear of or actuat ccposure to or release of toxic or hazardous substances. and any consequential damages of whate\w 11IIb.n, which may arise dinIctIy or indirectly IS a result of the services provided by Consultant under this Agreement, unless such Injury or loa Is caused by the sole negligence or wl1ifui rnIsccncIuct of ConsuIIart. - dol~:~šsf~::~ ~~::;=~~~~~:=.Rø;: ~~~De:I~II= ~f:s ~~ ~.~~ ~~~""~¡;'~ .~L__ _ . l 14. All disputes bet\wen Consultant and Client shall be subject to non-binding rMdIatIon. EIther party may demand med'1Ition by Ml'Ving a written notice stating the essential nature or the dI$pUte and the amount of time or money claimed. lOCi I'8C Ulrlng that the mediation proceeds within sixty (60) days of service ot notice. ~ mediation ehaU be Idminiatered by the American MIIratIon Ataodation or by such other person or organZstIon as the parties may agree upon. No action or suit may commence unless the mediation dole nCIt CICCIJf within ninety (90) days aft.. service of nctiCe, the mediation occurred but did not resolve the dispute, or a statue of limitation would elapse If suit was nCIt filed prior to sbdy (eO) dayIIaftet MrVice of notice. 15. Consultant Is protected by Wortcers' Compensation 1I'IIUtInCe, ~' UabiIIty Inaulal'lCll, GenIraI UabIIity Insurance and Automobile üabirrty Insurance for bodily Injury and property damage and WiD fumIIh IYIcIence thnOf upon *luest. Con5uItant...,. the risk of damage to Its own supplies and equipment 16. Client shall be AlSponsIbIe for jobsite safety, ~ fO( ConIuItanl'. ~, SI.JbcontJactor or IIJbconIubnIs. 17. All samples shall remain the property of the Client, and Client ... be ~ for and procrIJ:Øy ~ fa' the TWI'IO\IaI and Iawfuldlsp0$8! ot samples, ouU:ings and hlzardous materiaIIi, un_ otherwise agr.cIln~. If ~. Consultant .... pr.eM IIImples ota.lned for the Project for not longer than sbd:y (60) days after tht ..nee of arr¡ docuTIent that ~ the data obtaIMd tram those .-npieI. 18. CIent solely shall be rasponsIbIe for notifying II appropriate rruùcIpIi, rIgicdI, _. or federII agencies and pI'OS )8CtIve buyers of the existence of any l'Eardout or dangerous materials Ioc.tecI on or In the Project 8Ite, 01' ~ed during the performance of U. ~ .. may be required by such .gencies. 19. In the event Consultant's WOf1( Is InterNptI!ld due to ~ other than dIIIIyI caUMd by CondaI't, Ccnuftant shall be compensated equ!tåbly (based on ConsuItant's cumII'1t Schedule of ChIuvea) for the addItbllll Iéor or oItIet ctwges IAOCÎIII*f wiIh InUJtaInIng Ita wortc force for Client's benefit during the dilly.. or It the option of the C5Int. for charges incumId 'at ConsuIIart fa' cItmobiIIz3fIon and ~ ramobI~ 20. If, duin¡ the course of þWfcnnar1Q8 of thI$ Agreement, conditions or ~ In discovered whic:h were not COI"IteI'I'I : by Consultant It the ccrnmencemtnt of this Agl'Mt'IMtIt, Consultant shall notify Client In wrtIng of the newly cIIIcovenId condIb. or cIrcumstJI 00IIII, and Client and C0n8u/lant shaD renegotiate. In geed faith, the terma and conditions of this Ag""h.-.t. If am.. did termI and c:ondîtioM CInnC:t be .,eed upon within thirty (30) days after notice, Consultant may t.rmInate ~ A~.nd be ~asat.d under pngraph 21 t\ thÎII AgrMmenl 21. Thil ~ may be tIrmNted 'at eIItw pIIty upon ., (10) clap wrttten notice Ant 11,. cIa$$ mill, return receipt rlquested. In the event of . termination. CDent ahaIl pay for II .-.onabIe cl"8rga for WIXtc perfonned and cIemObiIImtion by COnIuÞnt thnIuQh the tenth (101h) œy after mailing the notice .-- oftemûnatlon. PM hlMi.a1'l If IiMalt~ ,aud ¡,.milt) 811&,118'" Iftlie .'.JfWl'..... .d""1 b.. bil.d ¡", ....ot~It!....dL'W .'1 ~,,4i...\i...., wrtl.~ A.,._".....L 22. Except for actions, auch . for Wlfcxl:*Mllt of rnect-.nIc', ..... which .... .-¡uinId by statue III be brought In a spICifiI; venue, t\ the event that ItIgation fa InsI:ItLØ:f under the tenna of thit AIiII'MnWIt, the same "to t. brou j htand tried In the þIiciII ;.t\lJdk;tion of the court of the county in which this Agreement Is IignId. Client wa*1he right to haW 1he sui brougtt. or tried In. or IWnIMId to, any oth« ~ or)Jcllc:ial jurisdiction. 23. NeIher Client nor Consultant .,.." ISIign its ~ In this AIilre.mØ without the written COI'IMI't rI the ather. . . __ 24. This A;rMment. 1ncIud"1MIiI1ÞcIvner1ts r.corpomtd hni'I by ,.,«wø. ........,ts the dra ~ Ind ~ bet\wen the parties. ;:~!:.:.==.s;.,~-=~-~-:r~~;.t: ~;;~~oI.:~~~ I "'Ga'I ßI_ 'Al!MI c-vriaN 111M. 1OMIf...... Ine. P.ae2 of 2 .--- EXHIBIT A SCOPE OF SERVICES AND SCHEDULE ,~1'~ Lf( To provide geotechnical peer review of soils and geologic reports for private development projects and Capital Improvement Projects; including testing and field observations and attendance at meetings as required. Consultant shall provide City with a not-to-exceed fee on a project by project basis. The tenn of the agreement shall be for a two-year period ending June 30,2001. Consultant may request an adjustment of rates for the second year of the tenn. RATES PER KLEINFELDER BAY AREA 1999 FEE SCHEDULE DATED 1/99 Exhibit A Page 1 of 1 · .. .- ,~'...... ~6 Db 'f~ EXHIBIT B PAYMENT SCHEDULE City shall pay Consultant an amount not to exceed the total sum of Fifty Thousand Dollars ($50,000) per year for services to be performed pursuant to this Agreement. Consultant shall submit invoices at the end of each specific project or as agreed between Consultant and City regarding each specific project, based on the cost for services performed. The total sum stated above shall be the total wlñch City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional swn fot any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement City shall make no payment for any extra, further or additional service pursuant to this Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty-five percent (25%) of the initial contract price. The services to be provided under this Agreement may be terminated without ·cause at any point in time in the sole and exclusive discretion of City. If the Agreement is terminated by City, Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials to the effective date of such termination. In that event, all finished and unfinished documents and other materials shall, at the option of the City, become City's sole and exclusive property. Consultant hereby expressly waives any and all claims for damages or compensation arising under this Agreement. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to date. The Consultant is not authorized to perform any services or incur any costs whatsoever under the tenns of this Agreement until receipt of a fully executed Purchase Order :trom the Finance Department of the City of Dublin. Exhibit B Page 1 of 1 06/16/99 .....VI'.....VJUU '+u..v~ ,"'- ".-..., KLEINFELDER '"'e:I ¥ v. " "20 Db ~ BAY AREA 1999 FEE SCHEDULE FOR ENVIRONMENTAL AND GEOTECHNICALlMATERIALS TESTING SERVICES PROFESSIONAL STAFF RATES· Professiona1 .. ....... ... ........ ........ "....., ....... ...... ......,...." ,..............11'.......... ................... ..........., .."............. .iI.... ,,,.... ,.,., ''II staff Professional ... .___................ ........ ........ ... ...... ................... ...... ....... ..............-.-.----.-.... Senior Sœff Prof~sional .... ......._... .... .... ..------.------------....---.........--.......-.... ................. ......... Project Professional ................... ............. .................... .................... .............. .....--.-.-..-. ..- ....... Proj ect MIU1.ser ... ......................_....__ __.._..h.h_____...._.____.._.....__._.........._................ .............. Senior Professional ........................ ....... ................ ......... ........ ..... .... ..............-..-.----.-..--...... -._.., SmiDT Project Manager It..ip-......--~..---------..--_......-......'I"...-.....-...._·-............................."............111111.111111.........,.....,.,.. Principal Professional .............. ............... ..... ..... ..... ...... .......... ........... ............ .......-...-..--..--.------ Serti.or Prlncipa1~..pcrt Wimc.ss ..iI.. ....... ...................................... ....... ,.,...... ,.,..........._............._."....... ...._.....'iII.... ....., Program ManageñSenior COnsuU"nt._.............. ..... ............ ........... ............... ..... ....... .........-.____'"_ Senior Proa:ram Manager.. ........ ......... ....,........ .......... ,......_ .._....._____ ___'n ________.__. ___ .._...., ...........n__... ADMINISTRATIVElTECHNICAL STAFF RATES AdIninistrat1ve\ Word Processor ........................ ....... ,.._._______.._.... ......................................... ... Technician. .__..... _"'.__.._....... .._...........__._..._......_"....'1..,_......., ......'I...III'............ii....IIIIII.III....... ..... t...___ ..__.._",_...,... Associate TechniciB.r1 .......... ................................. ......................._.........__....__..... ......... ..... ..... ... ~enlor Tecbniclan .............. ........ ..,........._.................._._...... ....................... .............__._______._._. .__ S upervkory T~ehnician ........ ..._....... ..._...... _ n n'_ ..._nn'".''''' .... '___d' _....___h___.. _._.......... ...... ..,._...... Draftsper$-on.....~.. .. ".. ...iI............"" ........ ...........................____. .._._................"._........._..............._ ........._._ ..__..."_..",, ....".,. CAD D Operator __....._.......... ......... ............... .... .............................. _.__...................... ............._.... Minìn1um Charges For Office Time Per Day ................................_..........___.,.............................. * "$ $ $ S $ $ S $ $ $ $ 8S I hour 100 I hour 110 I hour 120/hour 125 I hour 135 I hour ISO/hour 170 / h.our 290 I hour t85/hour 205 / hour $ 58/hour $ '7 ¡hour $ 67/hour S 79/bour $ 87/bour S 68/hour $ 78 / h01.1r One flour at. Applicable RAte Applies to aU professional ratM íne1udins but not limited to civil. mc!ehmical. cl1em.ieal. eleetrieal. geotechnical and environmental engmeer¡: industrial hygienists; geologists; hydrogeologisrs; hydrologists; and eomputer speciaiists. 9O-SAC\LOAMlCO\PIUV A 11:\1 P99\FGØJiJA yçG.9'9~99· .. (Rcrvlscd 1199) .....,1.......... ~..." V "..I ... ,-'. .- ENVIRONMENTAL SAMPLING AND TESTING EQUIPMENT SOIL.Þ.ND WATER ACQwrtic Wab!r LéVðll1\dieAtor 00" ....... ...... .uun ..m m... 00.00.. '_'"'00_'" .b..... ....... ...................... ......... Air Circulating Fan ......_..........._...... ...-.....--. .... ............... ..................... _....._.._.~.. ................... Air Compressor (3 - 10 ctm.) .........................................-.-......-..-..........................................- Ana 102 Thennometer" _.......__................................ ....... ........ ....-.. ...-.-.-.-.........-... ................ .... Bai1ers ~"........ ...a... .........~ ............ ....~oIf...._..._._........_.......__...._........_...tII.t¡............ .............."""""... ..III............."""......" ,....._....__....a ÐZl.t Ptvbc ....... _..._..........41............. ................ ,.. ....."..........."1-""..---....--....................,. ... .............................tI....."......".......---....- Sed ~-t~Sr::w Flow ................_............................................_......_..........___._._............... Hi¡;h Flow with Suspension Systom and. Winch .................................................................00 Brunton Transit- ...... ... ....... ....._....._...... ...... .......... ..... ..........-. ..........00......... ........................ .... ..... Çentrifu ga] Water P\l.Inp. .......... ... ..... ......~......-................ ...... ........ ............. ..........................-..... Christy Box ..... "0000 ......._nm... .............. ..... ....n........_....h._. 00'" ........................ ........ ........... .............. Concrete Bags - 50 Lbs................. ........ ... ........ ..... .......... ..- ·.._····h····· ..... ........ ........ ...... .............. ConductivIty. pH:, and Temperature Monitor -....-.....................................................-......--.... Cotlductivlty-Based Waf1!r Leve1lI1d1cator ..................-...--.-..............-......................... .......... Current MeterlFIow Measurement Equipment ...................................................................-........ Dia~gm S~ Pømp .._._.................................._._.._._.00..................................... .............. Dig¡.taI Thennometer* ... ............--.......... ......... ..................................--...-...............-..-... .... Disposable Bailers ............_._...... ...... ....................-........-....-............. ....................... .................. Di:rtillcd Water "......a64II..".., _. ..".~.."."......... ......_........... ,......... .111...... '.'....III"f .,.".... .......--............-....-..-...-........... Groundwater Satnpling TruckITrailer ........... ........-....-.-........................................................~ . (Complete with generator, air cQmpressor. sample pump and reel asaemblr. steam ç[eaner and water tank. water level indicator, Han:f~::I;t¡.¿:M ~~~~~~.~~:~~~:.~~.~~~~~~.~~..~~~.................................... Hennit }fydrftlo~e MOl1ltor 'm" ...... .......,__". 00 _ _........ ....... .............. ........_..........._......_. ._____00.. Hydrogen Peroxide Test Kit ..-................... .... ....................................-..... -.......... .................. .... Int~ Probe (oWwan:r) .......................-.-......................... .... ...................... ...........-...-_. "-" lsco Composite Water Sampler UlÛt ..............................-........................................................... Isco Bladder........... ..... .............. .._..... _........... ........ .......... ......... ,. ................-...-......--....-.......... Isco Plow Reçordcr ........._.&.IIo............"...III..............".......______..4...¡1................/Io...illlII'..".....,....................III.~....I........."'I ¥""II...." Level or Transit and ·Rod ............._......_..._........................................................................_...._.. LinelCab Ie Locater .......-... .-............. ..... ......................-..-.---.-....... ................ .............. ....... ..... Loclal .. .... ....... ...... ... ........ .........._.. ........ ............. ..... ..... ....................... ._._..... .-... ...-....-.-....-....- L ysiIneter Sampling Equipment ............._._00_._.........................................................................-.. Mason I IrS: "lit.... ._.._.....". .__.__~_.... ....... ..... _..... ...111.. ..'*........III....,...-...._.._-_......._._-....--..........·"'~......_.....¡....."'..."............. Mea:turins Wheel" ..... .... ........ .._...,,__,...... .......... .......... ........... ......_._...... ..n_........__._......._._...._-".... Metal Detector" __....... ....... ........ ....... ........... ........................... ..... ........ ..... ........... .................... l\Ißleaze! Roun\! Trip......_..-.......................... ............-.---.-.-.-.-...............-............................. Peristaltic Pump ............_..._.............. ........ ..... ........................ .-........_..____. ...............-... -......... Personal ComplBasic Soft Sys.................__............................. ........... ........ ................. ... ......-..... pH Mctct'*' .... ......."................_...............'" ,. ......... ."..............._".........__...........,11... .................. ................. ...oI\~.a...4..4I. Photo ]oni2:tI.tÎott Detector .........4....4 ........,....,_... ".~... ............"..."........"........"... .......-............-......."... ..~:...;;.........;;... Pipe Cutter and Threader'" ...... .................. ... ...... ............... ..--....--.....................-¡..........-.......... Portnble Air Compressor'" ...... ....... ........- ....--.....-... ..... .................... ....-.......... ....................... Porta.b]e OeneJ"'8tor* ......,..._....._..-............._.. ........'I............~......"........- _.....·_·........·"'.···....40lil.._·..'.4 ......................._............. Portable Generator (l.S to 4 kW) ...-....-..................................................--...-.-.-..-.-..-.-..... PorCable Génorator (greater than 4 kW) ..........._.......................................................00..00n·n.··_mn Power In.vertef3' ...... ~.......~" ...._.....__... ...." ....................... .."... ......................................____4........... 41.......··..."'_.······...·..·············· Pump Blø.dd eJ'S ......_........_....................... ....111.."....""...... ......... ...-..... .~..... .....II............~. ............. "..........." .,,,. 4 ...."..111"......... ~~ ~:dèr; :::::::::::::::::::::::::::::::::::::::::::: ::::::::::::=:::::::::=::::::::::~~:::::::::: ::::::::::::::::::::::::: 3amp Ie Tnu1SfCr Vessel (filter) .... .......... ........... ......-.......-........ ........ ........... .... ......... ....... ........ ...... Samplin& Kit... .......................-.............. ......... .................. ...-.-...---.-......-................................. Steatn Cleaner (0.5 to 2 &pm) ....._......_._.-.__....._....................................................-........_.....- StovCß" W liter Level Recordor* .. ........ ........ ... ....---......-... ... ..................... ................... ........ ....-. . Weekly and monthly rates available upon request 9OoSAaLDAMlCO\PRlV ^TE\J9!19\fçE\BAYFeëW-é~-Env-l ~uvv 2 7116 'f1 $ 121.00 I da.y S 2l.00 lday $ 110.00 I day $ 16.00 I day S 47.00 Iday S 42.00 I hour :s 58.00 I day $ 95.00 I day S 16.00 I day :$ 79.00 I day $ 100.00 I each $ 6.30 I each $ 53.00 I day S S3.00 f day $ 95.00 I day s 84.00 I day $ 16.00 I day :& 16.00 ( eàCh $ 2.65 l.gallon S 79.00 I hour $ 1$8.00 I day $ 546.00 I day S 6.30 ( hour S 63.00 I da.y S [78.00 I day $ 26.00 f each S 126.00 I day $ 95.00 ( day S 10S.00 I day $ 7.40 I each $ 37.00 I day $ 21.00 (C3!je $ 16.00 I day S 16.00 I day $ 89.00 'MY $ 79.00 I day $ 16.00 I hour S 2'.00 I day $ 168.00 I day $ 26.00 , day $ 26.00 I day $ 42.00 I day $ 9S.oo I da.y $ ]20.00 I day S 21.00 I day $ 74.00 I C<ilçb $ 21.00 I each $ 16.00 I day .$ 21.00 Iday $ 16.00 ( day $ 120.00 , day $ 53.00 I da.y . (Rc:v1Kd ! 199) VVI ..LVI VV' \flU I tJtU ,¡, .U"':!a._~._. .~ .- I(I; I)U~ 2~ 1> 4-1 ENVIRONMENTAL SAMPLING Arm TESTING EQUIPMENT (Continued) $tDragc ÏMÞ '00 gallon .,.. i l1 '.""."~"."".."._.. ......a. ._..... ....."......~....... __..,,_.......~..oI_.."'.. ....-... ..."'...............-......-.................,....... 2,000 gallon ...... ..... .......... ........... ....-- .----.--- ---.............. .............---...... .................. .........----.. Su:spcndcd Sediment SampletS DH48 Hand-Held Low Flow ................................_.._._.........................--._..-............... .049, D74 High-Flow with Suçension system anel Winch -.............................-..........-...... Synnge S:unpler ...._ ..h__..._.____. ____. -.--....._. ------..-..... ................_........._.... ........ ...... ...... ..........--... Tndler-Mouñted 4-lnch Submersible Pump and Reel Assembly ............._......__..n................. Transducer and sa 1000 R.c:cordcr .......-_---.__._.............................__.............................-........... V ariab Ie Voltage Supply· ...... ........ .-...._____ -......... ................._....._.......... ... ........ ..... .'. ......... ..... --. Walkie Talkle S or" .... .........----..___ ..... ........... ..... -...-----..-..... ..... ......... .......... ._....--_..................... Well Deve I opm ent Tool.......... ............... ....... ........ ................ ..-.--........... ........................... ....... AIR AND GAS Abs:olut:. Pr,,**u-re- Trabs:ducer n.nn______.............._......_.................. Bacharach 0, CQrnbumble Analyzer .............m"__...................... Barhole Punêñ ...... ........... ...........__ ...__.. .......... .... ... ........ ............_ 9arometer ._....__._..__n____._.._........ .... ........_............__.... ................ ... 16 Calibra.tion Gas .,.".,.....1I ....._.._.._____"'_...4.."'....~... ......,.........,.._........._.............____.__ Calibration Gas Rc&ulator ...~....-.._.___..................................._... Combustible Gas AnaJ~ ..............~..........-...._..__........._......... Differential Pressure Transducer ....-..__._...._................................ Draeger QUl:lntimotor ......... _..__..... ............. ...... ...........-........_._.. Draeger Tubes .. ............... ............_._.____.......... ........... ................. Dual Ambient Air Sampler ...................-._____n..h......................... Fiotd 0 as Chromatograph _........... ......... .......... .-.__.___ .--.........._..... Fyrite c~ or Ú2 Indicator ....___......_............................~............. Gas Chromatograph (office) ...........................--._........._.............. GU· Production Curves ._...__..__n_......................................__..._.... Integr¡tted Surface Sanîpler ..............._.~....._.............................. Irrameter . _ ~1þ... I...., ......................._.._ ...-.-............. ...............~......_ ..-.._......... Kur.z. VelocIty Meter ............ ....._..____................. 'n_... ............ Ma;nehe lic Gange _._..___ __......... ...... ...... ... ..... ............__.._____.__ .__. Mo 1:!í't\1l"c; MGtcr ... ....... .... ... .""_...... ....__........___4... .oI... I JI...... "."'.....,................. ..." Nalgene Hand Pump .._............................................_..........._..... <?2 Ar2.alyzer ....11 II' ...."'................................__..........--_.. .""111411....&.·.-.._·..._................. .... Organic Vapor Ana1~ or PhatoionØ.tion Detector __.__h....... Oqanic Vapor Analyzer with Strip Chart Recorder .........:..~...._. Onfice. Plate ."'__4 ..a..."'........4.... .......,.........."".............."'....--......._......................_..........1\0 Pitat Tubes ......... "n..... ...._..-.. n ......_...__.. ...n............_. _.... ........ ....... Portable Brailsford Pump or EquivsJent ._.__........................._.. Slacle Tube Mßnometer .............................................._...........____ Sound Level Meter .._......._.....__....._........................................... Strip Cbart Recorder (duaL pen) ..................~......~.._.______...._.. Strip Chart R,ecordcr (singlG ¡x::n) .-...-_...._...~....................."......... Submersible Pump (3 ")_...........~...._......n........._._.....__.........._.. Tecl1ar Air S8ITlple 'Bag ..........................................-........__._..._._ Test Skid ..... ........ .......___.______....... ............. ............... ............_..._.. Test Tra i ler ... ........... ...... ... ..______._..__....... ...... ......... .................... VibratiQn Anal"1~r _.__......................................._______...... ...-. .......... v 0 lweter . ........ ........... ......... ............... .............. ............_...........__ Wind Speed and Ditectiotl Indicator (one system each) .............. . Weekly alid monthly raœs available upon request. ..... 9O-$AC\L.DAMlCO\PRIVA 1D\1 ~ VAœpO-S~I!ny..;z $ 16_00 I day S 16.00 I (lay $ 63.00 I day S ,94.00 I day S 163.00 I day $ 378.00 I day - $ 242.00 I day S 915.00 I week $ 26.00 I day $ 26.00 I day $ 63.00 I day R.aœlDav R.atelWcck ~~RQd¡ $25 $84 S 60 4'1. 126 410 21 58 142 47 136 8.50 26 68 8.50 26 79 63 220 672 26 94 273 126 430 1.335 16 each 68 20j 73' 610 2.44() 6.720 16 37 120 74 cachron 430 ~eh run 42 126 410 8.40 26 74 26 95 273 16 47 137 16 47 137 21 63 200 7S 250 725 195 SPO 2.050 220 610 2,320 26 19 273 16 48 136 37 110 357 8.50 26 74 53 21 63 200 21 63 200 84 37 tach 336 1.165 3,710 400 1.450 4,400 68 .. 8_50 26 68 410 1.450 (It~~td 1199) V~~ .L.UI' ..;Iv _ 'LV""'. y~ ". ,u.~ ,_. '¥II V.l.V r"'--·", 2t1 0lJ Lt; MONITORING WELL INSTALLATION MATERIALS* CasIng, Blank Schedule 4(), poVC witb. Threaded Joints casl~~~~l~enl:;¿üië·¡ö~-pvEwitjïïïiiëàdëdÏöi~b·····"···········"'·-.....--- 5-toot lcagms ............. ..........--------......... ..................... .............---........... CasInZ. Screet15. 0.02-inch Slots. Schedl.ll0 40 PVC with Threaded Joints. 10-foot lengths ............................................................ Casln¡s. Scr=nsr O.02-incb Slots, Schedule 40 PVC with Threaded Jomts. 5-foot lengths ..........................-..-............................. Casing. PV C Plug .................. ......_n__n_. .... ...... ........ ......... ...... -........-.-..--...... CQing, pVC Cap _........... .... ......... .'__" ............ ... .._.._........ ............ no.. .----.... Sand, 100-lb bag ......__.n_....... ................... ........--........ ......................... ...... Bentonite Pellets, SO-lb bucket ..................................---..--.--................... Dnuns ....._ ._..._._._. ........... ..._ ___ ..... ..._...._______ ___._..... ......... ....._...... ......._..... .___ Granulated Bentonite. SO-lb sack............. .... .... ................-.---...----......... ...... Ground Pump and ContrOller....-._. ----......... ....... ................ ........ ............-..... CernentIBentonite Sluny ........... ... .............. ........ .....-.-............................. ........ Security Tops _......... ............... .......______n__ n...........·..················.. .................... J3~ TI.lb4=:¡ . ........ .......-................ .......... ......... ................----.......................... · Quotations on prices for PVC well casing:s J!Ca'tcr than 4-incb diamerter and other materials (staínlos$ sœ.,l, t;tc.) providå:i on request. 2-inclt 4-inch 5: 7.40 I foot S 16.00 I foot $ 8.50 I f'øot $ 21_00 I foot $ 8.50 I foar $ 21.00 I foot S 9.50 I foot S 3 LOa /foot $ 8.S0 I each S 27.00 f each $ 16_00 I ðach. !; 37.00 I each $ 32..00 / bag S 120.00 I 'bucket :Ii 55_00 I each $ 53.00 I saçk :ø 1,000.00 I month $ 142.00/ cubic yard S 242.00/each $ 8.40 I eacb HEALTH AND SAFETY EQUIPMENT Portable Personnel Decontamination Trailer ...-----....---.-.......-...-...~..... Pe~onne[ Air Sampling Pump ...................................................................... Borehole Ventll:ation 9y;tem . .....................___........._.__......._m_.... ._m_____._____. Level B Protection I. ..... ._......~il4I.....iIo...... ~....II.I.'.'.... ..11......" .... ..... .....'ltIll......."........'."."1II Leve I C Protection a...... ...._.____._ --.-...-..................... ...... ... ...... .............. ...... Level D Protection a........ ......... .............._........... -.....-... .... ......-........--.... Limited Level 0 PtotectionB ...........-.....................................................~...... a . Charge.'S for each protection. level arc based on dry work conditIons and use of uncoated PVClnitnlelneopreoe glo\ltS. A nominal charge for wet work conditions reql.1irin,; coated or speçial chomiaaI I'\'IsÍ8hlnt (:Ovemlls (Le.... Sarac:ex) and gloves (i.eo. Viton) may be added. $ 2ó2_00 I day $ 9S.00 I day $ :200_00 I day S 263.00 / day I person :s lð8.00 I day I person S 48.00 I day I person $ 38_00 I day I person SPECIAL MEDIC.AL SURVEILLANCE COSTS Bascline physical cQsts are covered by the company; however. proJcot-spCQlfic mcdica1 œst5 wUi be charged at COSt, ~lus 20%. ...... 90.s^C\LDAMJCO\P1UVA.~I999\nf'\5"~B"..EnV-J (RcIV\sed 119~ UJ/~O/~~ ~~:ôQ tAA ,---' '-, OTHER EQUIPMENT CHARGES ~Oll 30 'f> 4.&=f GEOPHYSICAL EXPLORATION EQUIPM£NT Seismograph, Single Channel Bison Model IS70C orN'"unbua Mod~l ES-125 .........__.........................._...................._.._........ ............-.......................--.. $ 1 89.00 Iday Seismograph. Twelve Channel Nimbus Model ESl210F .._...._.._...................._._.................... $ 4".00 Ilhy Rcsi3tivity Moter. Bison Model #2390 .........................m....hm..................................._...;....._.... S t 65.00 ¡day SoU Test Model R-40C ............................__._.....................__._.....................-...................... $ 13S.00 /day Megger Earth Tester ......................._........................-.._......................--.........................-. .... S 105.00 IdDy Magnetometer Portable proton-Geometries Modr:1 ()g 16 ............_._.......................................... $ 190.00 ¡day Electromagn.etics ..~".._._._............."',.........___..._..........4I..........._.................11.. ""..""'................._.....41....&11......"'....,.._.__ S 220.00 (day Terrain Çonductivlty Moter Geonics Model EM 31.........._.........................__............................_..................................... $ 200.00 'day Downhole Shear Wave VelocitY MeJSurerntnt...................-...._................_........_._.___.......... On Request Blast and Vibration Monitor vM-lOO {'Norm.1 Ht Lip 8.I1d'takedOvl7l.).._......_............................ $ 400.00 Iday Slope Indicutor (4-hour l1\iñfmum) uOh_............................................................__._..................... $ 47.00 /hour Pneumatic Piezometer Indicator Sinco Modcl 5141 I-A ......._._;......_..... .................._._.........................._._u.....................n_..00' S 180_00 'day Sealed Double RIng Infiltrometer Test Equipment....__............ ... ......., .... ..__........ ........... ........-..._. ... ........... ............... ..... ._..._. On R.eqUC$t VEffictES Vehicle, 2 Wheel Drive . ... no.. ............ ............ .......... .... ......._._.................... ............................__. Vehic:lð., 4 Wheel Dríve .........._.... .... ........_......... .0..... ._................ ................___...... ........ ........... Mileage, 2 Wheel Drive "......".................__...._.....11111......Il1o................_..._...._............1........."........,1.........._........ MilCll¡e, 4 Wheel Drive ._.__._.................._.___.__................... .........u...._..._....._................... V_hier. Equipped with Sbmdsrd. Field Teumg æment....................-...........-...............-...- Vehicle Equipped with Nuclear Density Testfn¡ uipmenL...................................._...__..__... Vehicle ëqulpped with UltrasonIc. Magnetic PartIe C, and Dye Penetrant Testing £quipment ...........__.........._..~..................._......o....___.._..h......... Utility Trailer ............. ........ .'. .... ....... ..._..._............ ............. .......... ..........._..................... .............. HydnluUe· Hand Lift: ... ........... 00_.._.... ........ . ........... ._u...._..__.....n......................................... ._.... OFFICE EQutPMENI' MiçrocomputC1", basio software ¡yatems and supporting hllfdware _.............._........_.._............ Mainframe Computer TlDlt-Sharmg (per CPU minute)..............................................................~ Cametll II1d Fi.1J:ñ...ÃA...........II.."..."..""."II..___.........."".II.. "'... ..............._..............._.""'...,..."......._.._.............111...._...._ ""...._"......." ' Computer Connect Tun........................... .... ................... ................ ._'. ._......... ._........_.. ........ __..._.. DÜlk Storage (per megabyte) ... ........._....._...................................... ......_._._.........___ ._._........... EnvironmenUIJ InformatlOl1 Management S)'$f.em Software Surchargo ....................................... Project Mânasement and CPM Softwue Surcharge ..............._....._................._.__._...__.......... R.e,production ....... ...,....., .......__...................... .... ........................................_..._. .__..... ...................,¡. .........._......................,. Terephane ... ......... II' ._............... ........ ~ .._..,.......____..................... "". ........................11... ._...._"'......_.. .._.._.."..".. ...._.~._...._....__ Facs:tm ¡Ie Copies _......._____._.. ..It.................".....,....,......, ......................_.."'..__......,11............ ....."........_111 .....11.. .................. Report' StlrC'barge ...... .......II......._..__.:_......-...III....II..I I........ ....._........._..............................._.................."'._........._........... ........~.&... ~gc FQnntlt Drawing Copies, 2Q-Ib Bond _._...........................~............................................... Large Format Drawin& Copies. Erasable Vellum ..........................-...................-...................... Lar¡e Fonnat Drawing Copies, Præision TñIn ._...._.............................................................._. My1a.r Reproductions .... ......__._...... ....... ..... ........... ............... ........_. _. .._............_....... .... .......... Autocad Drafting, ßardware ;and Software ........................................._.._......._......_................. Autocad Drawing P(ol:l ... .... ....................... .__....... ...... ............ ..... ........... ................ .................._ video Camera ...... ....... ......_.. m ............ ... h.. "n h...... 00..._..... m .nm... ._....__....... ........... .......... ......... '.".' 90-SAC\L.OAMICO\ÞPJV ATE\I999\FEE\BA Yf&ESIO-IÍØÖ-.anv-4 $) 8.:5"0 /hour $ 16.00 Ihour $ .~ 3 lmile $ LOS hnilc $ 16.00 /hour $ 21.00 /hour S 21.00 /hour S 37.00 lday $ 32.00 /day S 21-00 /hour S 9.00 Iminute ;S :z 1.00 /We8k $ 7.50 /hour $ 74.00 Imonth S . 16.00 /hour S 16.00 /hour S 0.'0 /page $ 0.50 !minute S 2.jO løa2e S 37.00 li::.oPy $ 2.65 /sq ft $ 3.70 Isq ft S 1.60 leach $ 16.00 /sheet $ 32.00 /hour $ 1.60 Imlnute S 74.00 ,dAy (Reviled JßlSI) VV/",,"V/l(Jt.I "U(.I,..,}, ,a:r.L4. .--- .,-....., ...-., 141 U 12 3l~'f1 GEOTECBNICA1.JMATElUALS TESTING EQUIPMENT CHARGES MATERIALS TESTING EQUIPMENT Skidmore Wilhelm nolt Tern:ion Calibrator ......___~......_.................m.__............................_.......... $ 42.00 J day Torque Wrench ._n__._.............. ........_................ ..........-._........ ... ....... .__......_._.................._. $ 42.00 I day Schmidt Hammer ...._.n............................_.._......................--_____._.........................___._..........._. $ 68.00 I day R Meter {Pachomeœr)......_.___..........................._..._.........................._...__.........................._..._.... S 68.00 I day Windsor Probe .._n........... ........._..__...............,......... ..__. n..... ....................._................. ......-. $ 21.00 , shot Anchor Bolt TC3ti~ Devi¢¢ .....................--...._..........................._._............................-.........._... 9: 136.00 1 day Concrete Vapor Transmission Test Kit-Floors &. Slabs .......................____._........................ RMA $ 58.00 I test lhin Lift Nuclear Asphalt Gaui':O ......__.._.......................---_..n.............................._._-.............. - S 74.00 , day Nl,Iclcðt' Asphalt Content GBU8é .............__..____._....._.................n__._.................n..................___.__. $ 73.00 1 day CorinK Machine with Generator ............................................................._n._._...._....................... S 147.00 1 day Floor Flatness Testing Device ............._.___.._..........................___............................................._.- $ 95.00 1 QilY Diamond Bit Core Barrd Charge A!lphalt Concrete or Masonry 1'" Di8D1eter._...............·........_..__.......................S 6.00' inch........................................__._. S 4.751 Inch 3" Diameter _.._....._.__......n..........._........__u.._~-u..!; 7.501 inch ._.....____....__...._........................ S 5.25 I inch 4" Diameter.........._...._.................................._..S 9.00 1 !neb ..........................___.._........... $ 6.301 inch 6" DilUntter......................._...............................S 12.'0 , inch _............................................ $ 7.s0 I inch 11" Dlameter.._._.n._.....;......................_......_........_.$ 1 5.75 I inch ..................__...._...._...__....... $ 10.50 1 inch Minimum bit char¡e-6" per job SOIL AND AGGREGATE TESTS COMPACTION CURVES Standard· 4" Mold. .... ..... ...... ........_.. .......__............... ............... .... ............. ....... .... D-698 Method A Standard 6" Mold.................................................._m.__......__.........................D·698 Method Bj C ModIfied, 4" Mold ....._.......___.---..................................................................... D..l"1 Mediod A Modified. 6" Mold....._....................._....h..._........____.._n_n_____.m_.___..............D-1557 Method e, C California· Imp~ Dry Method _.............................. .................... .............................CAL-216-F california Impact, Wet Method ....................._......._._.................................................. CAI:r216 Check Point...__....__.____.... ............ ...... ... ............ ...... ... ... .................... .__.____.___.. ......_._..._._.___._ Relo.tlveDensity (MaxUn1UJ1111ld M"mimum)__.....h............................................. 042.53 It. 4254 SOIL AND AGGREGATE STAB1UTY R - Value. Untreated Material or fie!d SlUttple -___.._................................................._.... CAL-30 1 R.. Value. Rc:proportioned or Chemltal1y ·TlWot'=<1.........._____.._____......__.._..........-.-... CAL-30 1 Correction for ovw.si::ted mateñal in S81:ttple........................._....................................... CAt-30t C.B.!L lOO~ CompactiOD. (JncIudes eompllCtion curve) ....._.._...._......_.........._ 0-1383, T·l&O c.B.R. Other Compaction Eltðrt (IDotudcs Gompaçtion curve)........................................ D-1883 So 11 Cement. C. T.B., Mix DeIiIn ..-..........._-..-_....................._..... ................... ...... ........................ C. T_B. Compression Test, (Incfiules PrwaratiQn) ....._....__.._......_..._n......._.... 1).1633, CAL-312 Lime-- Treated Com~ Test (Includes Prepantion)...n................_m...................... CAI.-313 Ch.eck Point. ....... ......... .................................-.-...___.............. ... ._..................... ............. _. GAL- 373 Cement- Treated Compression Test................................................................_._ PCA EBO'2.06S BASIC SOIL AND AGGREGATE PROfERTIES Sieve AnBlysîs, Coane and rU10 Including Wash .........._......~....-.._._._...._._.__....m._..... Ç-136 Sieve An?lY$.i!i!, Coarse (Retained on No. ,4 Sieve) __..._n......................_.....n....................... C-136 Sieve Analysis, Fine lnclucUng Wash (Passing No. 4 Sieve)__.._......................._....:_._...._ C.136 Sieve Analysis, Wash (%:Finer tl1aI1 No. 200 Sieve).......................................................... C-117 Hydrometer (Without Sieve Analysis)...,.._......._._._._._.._._.n.__.._...._......._......____...._...__. D-422 Hydrometer (Jnçluding Sieve Analysis) ............................................................................. D-422 Speç{fiç Omvity .........._....___...................................... ............ .............. 0-127, C-128, D-8$4 Sand Equivalent" Averalc of3 .....____._.............................~..._................................... CAL.-217 Sand Equivalc:nt. Que Point Mothod............_......_____.__... ..............n_........_......_____..___..___.._. ...... Pla$tici'ty Index ..._........._..._...._a_.a.4I......."..4I~......."............."..........,."'......"111.....,._...._._...........__..... D-4.318 Liquid Lim it......_.._....___.___._.. .................. ...... ............ ............. ......... ......... .............. .... 0-4318 Expansion Index Test .........._.-._.___..__._..................................................... D4S29, U5C 1 g·2 Swe! I P resSUfe. Per Point. m _.. ._.___.:___ ___:n.... .n........ ......m....... ....... ................ ___ ......... ....... ...... ...._. Moisture Determination and Unit Weight .........._..........._._._..._._.......1).2216. [)'2937. D04643 Moisture Determination Only...................... ................................ ....... ...... ........... D-221 ð. D-4643 . Resistivity of Soil (Labol1ltory M!a$uremen.t) _.__......._...._M..__n..___............... CAL·532 or 643 ., . '.. 90-SAC\LDI\MICO\PRJVATE\1 ~EE\8AY1'~~9w899-0co-l $ 168.001 each $ 189.001 each $ 11S8.001 each S 118.00/ each S 189.001 each $ 147.oo/OACh $ 10S.00/eaoh S 213.00/ set S 220.001 each :s' 265.001 Otlc;b, $ 63.001 each $ S IS.-o01 eaçh $ 672.oo/,.ch On RccIuest . $ 798.tml each $ 795.001 ~h $ 220.001 each S ~2'.OOI each $ 1]6.001 each S 68.001 each $ 100.001 each S 68.001 each $ 137.00/ each $ 20S.001 each $ 79.001 ~h $ 89.001 ~ $ 74.001 each $ 138_001 neb S 89.001 each S 136.00/ each $ 84.001 each $ 42.001 each $ 21.00/ caçh $ 135.00/ each (RevISed 1199) v V F .... V I IV v "'-". "" ,. V V ... ..~ .. ~ ,--"-' pH Test (Laboratory Mcasurentent) ................ ...................._.___......_........................ ...EP A-904S pH Test. Linte Treated Soils ........_...._......................................................._....._.........__... C-917 O~jç Contcl1t~Soils ........... ....... ....... .......... ..................._.... _._.___.. ............ ............... D-2974 Pinhole Test for Dispersive Soils.....-....---.....___................................................_......_.._. D-4647 D lelecmc Constant .............. ... ..". .." ....". ....".. ....".'.....Ii." ................___..._..........._...illllI...... ....... ... ....__.......__. HYDRAULIC CONDUCfMTY Ftc:lCible Wall. Falling Head......._.._..._.._..........................................__D-5084. EM 1110-2-1906 Rigid Wall Permeability ofUndlsturbed Sample, npto No.4 Sieve Size.................___............. Rigid Wall, Constarn Head, Gravel.....................................___.____...............................~.........-.. SAMPLE PREPARATION Trimming _.......""......."1.. ..¡ ..".,...".... ..."..........____11"...1............. .........,,,,,.. ...~...,,-.__._II... ..,.. ......-"', .....11...........", '.I I".."... Remolding h... "'..n..' h.. ....h....._................... ......_......._n...._..................... ... ....... ............ .-..-...--.-. Spllttinit, .. ."...."",. ......._._......." .....IIp.."...., ._..",... .,....-----___................. ..."'.. ....'" .....0110lil...·--_--...·-..-.. ...........--...---- _....4 "'&Il1o". Mixing and Procl;3Sln; ...____.....41............11....,..,......._._"".....__...__..._....... ..........,..1I'......1..t .~ ....,,,'''''....11_..·....··· SHEAR STRENGTH AND CONSOLIDJ\110N TESTS UncQßtwed Cornprc:lsion,' Inçluding Moiaturo Content and Uoit Weight... ......._...._..__. .....................__.... _....__....~._.............. .......... ....... ...._.. 0-2166 Triaxial Compression Test Q\1iok POf PoiTlt...__..._........... .......... ........... ............-..... ..... ..... ........... ..... ............ ..... ....--....... UU Saturated ................_....... .............. ....... ..............-...-_____.............. .................. D-28S0 CD Saturated __........................................................................................ BM-II10-2-190ð CU Saturated ._....... .......... _._.._ "m..... __......_... ....... .._......... ......__ _.._........ _.. .._____. ...:... D-4167 CU Sat:ur3ted with· Pore Water Pressure .........____._._.____.......................................... D-4767 Direct Shear (Quick) Por PQint (Ihy) _..............................................._._..._...__........._.. D-3080 Direct Shetr (3 point meed leU) (SatunLtsd) ............................................................................... Dircçt Shear (Residual) Per pomt (Saturated) ................_...__..__.............................................. Coasolldation, Wi1h Two 1ífJ1~ Rates ....................................................-....-...-.......--....--...... Constant Rate of Strzin Consolidation, With June Rate _._._..._.__._._.............. ............... D-4186 Consolidation, Without Time Rate. Six Load increments ..............___...._....... .........._.__ D-2435 Collapac ,Paton rial . ......... .............. ._._...... -.__.__..... ........ ..................... ......... ............... .................... Note: Speoial testing procedures that deviiltt!: fi:otn standard will be char¡ed on a time and expense basis. AGGREGATE Q'(JALITY Injurious Organic Matter ...................._..........._......._...........................___....._____....___..... C-40 Ahsol;'})ti on, Gravel.......... ... ............................_........._._...._... ............ ......... ....................... C- 1:27 Absorption, Sand. ...............--........-..... ................. ....... ..... .......... ... ...... ...........~.......... ........ c..128 Unit Weight. Average of 3...............................__......___._......._......................................... C-29 Unit Weight, On. Point MedIod ........_..................... .................-........_.-...._.-_.-.................. C-29 Lo9 Angeles Abrasion Test-SOO Revolutio~$ ._.__........................................... CAL-211, c-131 Los Angeles Abrasion Test-I.OOO R.eVoludons .............................................._ CAL-211, c-$3j Sulfate SoUrtdne:!:s (5 CfCles) I'er Sieve Sìze......__..............___..____...._................._ CAL-214. C..88 Mortar Making Properties of Sand (2 ages)......................................................... CALaS 15, c-87 Potcntla1 Reactivity Tes1; ... ....................._........_......._............................... ........ .........,....... C-289 Clemlness Tat: (R.efer'ec Test) 114I......,......._..'II1I ........,...,...."'.......~......._....._.._._.."1_........._lIa......."""'''......._..... CAL-22.7 Clushed Particles 00 Sieved S2mp1e.._~...._........................................................ CAL-20'. D-693 Fli:IÌ zu¡d ElongiUed Particlc.1 on Sieved SNDplc................_..............-.. 1)..4791, C& 119. CE..120 C~)' Lumps and Friable Perticlelll_...-_........._.................................................................... c..142 . LigÞtweisht Pi~ces in Ag¡regate................................__..__...............~............................... C-123 D\1r.ab I lity, Pioe...._._............ ... ........... ... ........ ....... ... ...... ..... .......- ....-......-.... CAL-229. 1).1744 Durability, Coarse..... .."_.,,._._...__,,_._.___._ _.......... ...................... .... ...........--..... CAL-:229, 1)..3744 Durability Index, Coarse and Fine......----._._..........................._....................... CAL-229, D-3744 .,,,,," 90-SAC\LDAMICO\!'RlV A TE\1999\FEE\9A YFEE99-B9§..(jco-2 ItId v J. .,) 3 Z-~ 'i4 $ 47.00f each S 90.001 each ~ 84.001 ""h $ 210.001 each S SO.OO{ eac1I 5: 315.001 each $ ISS.001 each $ 1,58.001 caoh .$ 48_001 ~c:;b S 63.001 eaeh S 47.001 each $ 55.001 hour $ 9S.00f each $ 121.001 point S 200.001 point $ JO:S.OOl.polnt S 240.001 point S 347.001 point S 100.001 caçb $ 265.001 each S 105.001 point $ 340.001 test $ '2S.00f test $ 262.00/1est S 95.001e9.cl\ $ 53.001 eacb $ 53.001 each $ 79.001 each ~ 89.001 test $ 58_001 each $ 142.00 f each $ US_Dol each S &9.00f each S 357.001 each On R.cq\1œt $ 131.00/ each $ 13 1.001 each $ 131.00/ ~ch $ 95.001 each S 210.001 each $ 10S.001 each $ 158.001 each .$ 235.001 tCSt (Rovlsed 1199) . . . ,-.... -~, CONCRETE 'traJ V.J.-. 33 tJb tf1 Concrete Mix DesiQn Review ......___.....__..____.____..__......................n..__n..h_............................_..-.-- $ 185.001 each ~or:Y Trial Batch.löcludlnÆ ComþI'OS$ion Testing otSix Specimeus __.___...._................. $ ~.OOI each conoreto Cyllndor C\lrod and/or ~mpiesslon Tested ._..........---_....................................... c-39 S 2:'3.00/ caQh Compr~1on Test. Llghtwel¡ht Insulating COnc:rete.._.......................--....-........................ C49S $ 47.001 each Unlt Weight of Conçrete Cylinde:s ........................_._._.........................................---._._ c-133 S 47.001 each Flexural Stronph, Con~ Beaøn..................................._-n..._..___......................... C-7&, C-293 $ 90.001 each Compression Test. GunitelSbotcrete ___.._.__................................._____________~.........-................... S 58.001 each Compression Test, GunitelShotcrett; Pane~ Set of 6 Cores......................__..h_.._.._................. S 205.001 $Crt Comp~îon Tcst on. Cored Sp.cimCltS (tncludes End Pf"9PlUation).................................... Ç..42 - $ 53.001 each· Çylinder Molds ..........____............................n----.-....................................-....--..-.-...-............... $ 2.701 each Df}'iIJg Shrinkage Test, se.t on _m_._.........................................-.._·_.................. c-.1~1, CAL-'30 $ 370.001 each Modulus of Elasticity of (;" x 12" Concrete Cylinder ............................__n____.h.___nh....... C-469 S 210.001 each Splitting Tensile Streßlth _................................_.....-....................................~........-.---- C-496 S 68.001 each Cemc:nt Content ofH~en~ COncrete__................................--....___................................... c..ss On Rec¡ue.st DeSUlt)' of Spray Apphed FU'ePtoo~ ......._._._...................................._m_...__.____........E-60S S 63.001 each Unit Weight ofLi$,htwoight Concrete ................................_.._..._................................... C-S67 $ 63.001 cath COncrete fennealnlity .....................__.____..................................-.._........................... CRD-C-4S $1165..001 e&cb Mortar Bar Expansion..__.........................--.......n.....................................-.....--..........-... C-117 $ t t 65 _001 each '* Does not include c:orlng MASONRY Grout or Mortar Specimf:I1 CUred and/or Compression Tested......_.....h_m...........C-.579, C-I019, c.780, c..942, C..I09 CompT~ion Test, Masonry Units_...................... ...................._. __....._......... ............. ...... .... C 140 Compmsion Test, g x 8 X 16 Þrisztu¡ or 5IIlBller.....................................-_......UBC 24-26. E 447 Compression Tcs~ 10 X 8:Jt 16 Prisms or smallor...........__._________.................UBC 24-26, E 447 Compression Test,. 12 x 8 x 16 Prisms or SD'18Uer............................................UBC 24-26. E 447 Absorption and Reeeived Moisb1te. Masonry Unít.........._...._..........................._..............C140 Linc~l ShrinÞse. MüoØ1')' Units ..........__.._................................................._C-42~. or Titl. 21 COmpression Strenath. Brick.......................... ........-...- _.m.......... .................. ............. ...... ..... C-67 Modulus of Ru pturë, ariçk ... ........ .._....._.... .................... ............. ............-.- ........................_. C..67 Absorption TNt, Briök., 5-Rour with Coeffiçient._____...______................................................ C67 Shear Test on Masonry or Brick COres.................................._........__.__.___.____...___ CAL-f)44 Grout or Mortar Mold.___.;.... ............ .................-.---..-.............-.... -.... ................................-.. Bresldog Load. Roof Tile _..................... ..... ......... ............._.....__.__.. .n__O........ ..___.... UBC· 32-12 Absorption. Roof 1ile .......... ........ ......._..___~----... .................. .................... ._....._....... UBC 32-12 Penncab [Uty, Koo! Tile -............... ....... .............----- -.... ....... ............... ... ...... ....... ........ ... ............. ASrHALT Sl'eei fication Te51:S-AR.. Gradcs..,..""....,¡.....r...."--............. ...-........ .......... ······....11 ...".......""...."......,.......-.-....... -Liquid Asphalt Grades -.-----.......................... ...... .....--.---......-..... ......... ........ ... ....... ... ..... ... ·Em\l) 5i ons ...._..... _.. ... ....... ... ........_......_ ___._.... ......................... .......n__ -. --__ -.- -------- ----- n___. - - --. Other Asphalt Tests .-.._-.. .---...... .................. ......-...-..--..........-.......... ....................................... Centrifuge K.ecosenð Equivalent.. ..._ ................... ....... ....... ........ ...._-_......- ..~................ CAL- 303 hxtr3c:tion. % Bitnml!lf)__..__u......m.....n..mnnmm___~.......m.nmm... D-18S6. D..'2172. or CAL-31 0 Extn!.ction. % Bitumen. with Gradation................. ................-.............. ....... .............................. ... F 11m Strlpp lag ... ................... ........ ....... ........... ... .__.................................... ... ............._.. CALo.:I 02 Stabilometer Test and Mixing of Sample ......................__.___.....__............................... CALo.366 StabiIometer Test OD Premixed Sample....__...................................._---_._._____.---..- CAI..366 Swett1 l1li... ...l1li....."..,__.._....__........ ....... ..110......-.-..............-.--.. .....111. ....,;. iloilo. ..... ................." ..__............... CAL..30S Moisture Vapor Susçe¡rtibility. in Addition to Stabilomctcr .................._.................... CAL-301 Complete Desl¡n of Wearing Suñacc: for a Olven Asphalt and Ag~to. Hvoem or MIU1Iha11 Method ............................-........---...-..--..-.................... Marshall Stability and Flow-Setof3. (Without Mixine)-.....................-.............--...--. 0.1559 . Marshall StabilitY and Flow-Set 00 (Låb 1vUxed)-...._.................. ..........................-...... D-1559 Superpave Mix Design - Preliminary Voids Analysis only (PMA) ._............ FHW A SA-9S..003 Superpave Mix Design (Excludes Binder or Agg. Qual. te$ting)______.._.__.FHWA SA-95-()03 90-SAC\LDAMICO\PlUV A TE\1Ø9OU:G\aA vÆáoo-aOO-Q.ø0-3 $ 23.001 ~h $ 53_001 each $ 84.001 each 5: 95_001 each $ 10S.001 each $ 63_001 each S 142.001 eaçh $ 52.001 each $ 63.001 each $ 78~OOI £8ch S· 84.001 eaçh S 2.65/ c8ro $ 37.001 each $ 63.001 eaçb $ 105_001 each On Request On Request On Request On R.eql1est $ 210.001 each S 132.001 each S 2 [0.001 each $ 100.001 c"h $ 195.001 caçh S 131.001 each $ 10s.001 ~b S 210.001 each On Re~est $ 294.001 set $ 378.001 set $2.100.001 each $3,400.001 each (R..viu:d tl'99) - . . , ----.. -, Unit Wei~t of Core or Compacted Sample .__........_._._.._.__........_...........................~-_D2726 Moisture t:ODtent (Xylene Roflux Method) .........................................~......._____._....... 0-1461 Maximum Density ofMi:Jt by MArt:hAll Method. S~ðf~~ithO'llt Mhdna}.---n-........n-............. Maximum Density of Mix bv Hreem MBthod. Set of3 (W"rthout Mixing) .._.CAL-304, D-l:561 Maximum Thcoret1cal Spcc[flc Oravity (lUço Method) ....................~....-___n.m.._._n__._ D~2041 Index ofR.ctained Sttcnãth _.........................................................................~.... D-I074. D..I075 Index of Retained Strength ............._....n__...._..._.__...._.._._._.._.._..... US Anny Corps Method METALS Tensile. Up to 0.5 sq. in. Cross Sectional Area ....._n_._................................................................ 0.' sq.. in. t() 1.8 sq. ilL.........III....."iI..............."...................................,.....-...-..---............".---.....-............---.......... . Gteater than 1.8 sq. in..._._n.._........_....................................................................~................. B end On Iy __.._ ...__...._.......... ....... ........ ..........................-..... .-..-.-...................... -.....-............... . TQrns1!ç and BClf\ò, Up to 05 aq_ In.. ~& Scçtional Aroa.................._....-._..._..............___ Tensile and Bend, 0_5 sq. in.. to 1.8 sq. in............_........__--._.____nnn....._................................ Tensile and Bend, Orrø.ter thm 1.8 sq. in. .................................................................................... Pre-Strus Strands,. Tensile and Blon¡ad.on .............-_.....-.---......-......_........................... A-416 Pre--Stress Wire., Tensile md Elongation ..................~....................._...___m._.____n_._..... A-421 Machinin.¡ COsts' ..."...............01111'......__. .____ ...._...._11................." ......,,_. ................. ........" .........111..".. "'.....11..._..",.... III·.... ........ Weight of Coating (Set of 3) ........._........._.._................._......_._._.._.n.n................................. A-gO Bolts. Nuts & Washers, Hardness, & Load Ttit$ ..-.............-....-................................................. . Does not include machinin8 CO~tII. if required. WELDING QUALIFICATIONS-STRUCTURAL STEEL (PHYSICAL TEST METROD-ASME. A WS. APT. TITLE 21) Operator Peñonnançe and Procedure Tests ...-...........................................................~....-..~...... Mtl.Chinin! i!lQd Material CostS. ...... .................-...... .-.....---~.---............. ......... ....... .... ............ .......... Laboratory Testing: .......-_..._...............................................~... Guided Bend Test, face orroot Side B CItd T cst....... ''I.. ,.. ..t .......,.._............_...._.._...... ....4.. ....... ......."111"..".... a'llll ,............ 'i t."441' lit··· ,.... ...9\1 F Rð Send "(' e5t-...._..._............................ ... ... ..........._.._....--n----...-.-........ ............-.....-.-... TensUe Test (reduced section) .... _......................... ......-..... ...... .-....-........-.... ..-... .-..... .-_. MacI'Cetch Test a..... ..,.......... ... 1''''.... ..._..........t""I'.....,.____..~..a._...41&.._.... ....411........ _i........ ................~ ......11111.. "'111114 ..... . Fracture Test. ........ ... _ _n _n____... .......... ._...__. _.._. _m... .n.nn.... ...._.,..... ..... .....n __._._..._ _... .._ ___om --... T Bend Test .. ..._-......... ............. ....... ..... ....... ............-.-.--..........-............ .................... ...- ..... Notch Test .I..~",.......,".. .._..........._........... ill........ ..,..... .,................,.._......... ...t...It~ ........".,..-..............-.......-.... Fusion Qualification Test on B1.gb. Pre5SURI Polyethylene Pipe -.-..............................:................ Qualification tcs~ õdso ~vor.jlöJbl~ by X-BY ptoccdurc:s.............................._.................. ....-......_... .. Ooes not include machining costs. ¡frequired ROOFING TESTS Standard QUilntitative Analysis ._. ........, .......... ........ ....... ........... ....-----.. ........ .................... ......... Stan:;ft~::~e~~s~~ ~~.........-...-.---.----.................................................. Includes Wei¡ht ofOmvel . Q\aa.nâmtiyt; Analysis...... .... ....................._ ._______._......... .................................................... D-2 S2!) Quantitative AnalY$ÎJ (New Roofs) .................................._-.n_.-n...__............................... D-3611 Un it Weight of Surfàcl,ng.............. ........ ..... ..----.. ...--........... ........... ........ ....... .................... .......-.- Unit W.ight of Sam p 111 ....._... ....._........... on. ..._._._......... ..__...__....u._._. n ..........u .......... ........ -...... .-.-. D ¡agrant of Sample ......-.----...... ....... ........... ................-.......---..-.......... ................. .... ........ ........ V oid Analysis .........--_.........""...... .............., ..... .....,............. --....-...----..-....-.---...... ........ ..................... .......... ....... ..... Ply 1'y])e [dentlftcation ..... ....-... ................... ... .............--.---.-........ ............... ........................... Mal: Týpe [den.tification _..._n_.._...........·.......· .... .............-..............-.----..-.. ...-...--................ Bitumen s&nplc R~ ...-....--.....................................................-..-..-.-----....---.-......... Bitumm Type Identification (Softening Point) ..........................................-......-.---....--........-.. Compliance R.cp:ort ..o!I......I:....~..<I I....."'._.............~....__............_..III.,......1I..........'..111"11..,......__..·............._........_.."'.........·.....-· T.chnical Phðtð¡raph............... ............ ...._..._ -" ___U·h. _ u_,.._n__.__ n _......h__.....n_._ ...... .......___..._. n -.... Roof MoisWn: SUtitey ._.... ....... ............... ....... ...__..__.__n___...____.................... .~--.........-.......-. ... 90.SAa.LDAMICO\PRIV A TE\1999\F£E\BA \'FI!:E99-B99-Ge0-4 ~V.l.<I 3 4:1; ~ S 42_001 each S 19j.OOI each S 173.001 set S 175.001 set $ 120.001 œch S 860.001 each $ 588.001 each $ 63.001 each* S 74.001 each· On R.equ~t S 31.001 each $ 74_001 Bach S 84.001 each On Reque$1 On Request On Request At Ço¡t T 20% S 110.001 set On Requ~ On Request On Roquost . $ 42.001 each S 42.001 each $ 42.001 each $ 74.00/each- $ 68.001 each $ 47.00/ each S' 63.001 each S 53.001 each On Request Crt Request S 153.001 each S 185.001 each $ 265.001 each oS 18'.001 uch S 79.001 each S 74_001 each S 79.001 eacl1 S 79.QO/_h S 55.001 each S 58.00/ each $ 210.001 eacl1 S 142.00/ each On ReqUest On Request On Request (R~lscd 1/99) ,--.., .-~ TIMBER Moisture Content Me83uromcnÞ ......... ... ..............._..~.~._______.._....__n__'...._...____.................... Strip Tension Test ..................... ..... ................- ------...--................ .-.-.............-.......................~_.... Truss Load Test...... ...... ............. .._.... ..........._.. ..... - -- n'" ....... ...._n._n n........· ..nn_h_ ..---.--.. ...-;.. ........ Shea.r Test ........ .."'....iII 41.... .........'.."....41_..... ..~". _111_...._....... ......______..._..........__"'.... ....-----....,,-........... ...".........l1li,. ..l1li... Qu alification Test For Adhe5i ¡ves -......... --.......... ............................................... ............................ Face Joint Bondine; Test .............. ................ ......... .........~..~.... .....-...............--........---.....-.-.-... End Jornt Bonding Test .__.......__........_........."......,.._t......,,_..........................1........".................,,··..·..· .................. OTHER EQUIPMENT CHARGES ~e~~~~i~~~;~~~£~~~~~~~~~...._.._........._m___........................... SCÎ5rt1()gr1Lph, TwelVI:I Choont:ll Nim QI,IIiI Modol as 121 Of ............................... .....................~._n. Resistivity Meter.. Bison Model #2.390 .................._....~....~........-..._....--..---......._.................. Soil Test Model R 40C ........ ............. no ..................... .................. ...........- .........-.-...-----.... Megger Eattb Toctœr ---.......-..-.........--- -....-.-.--...---.----........----.......-..-.................... ........ Ma.gnetometer, Portable Proton·Geometriçs Model 6816 ..........................................:~......-.-..... EJecttOmagt1etlcs 11111.............................11........"'.........................,............._..................................____......._____to.."...........'I.'I."........... T~in Conductivity Meter Oeonics Model EM 31.............................................-...·...-.-..-..·.....__.._._.__n_._........_........... Downhole Shear Wave Velocity Measurement......._.......................................····..···.....-.......... Blast and Vibration Monitor. VM-tOO (Normal set up aDd takedoWD).................._m.______m........ S lope Indicator (4·hour miniInum) ...... ......... .....................__n_...._.__._....._.__m ......... .................. Pneum:¡l.tic Pie~ometcr Indicator Sinca Modcl S 1411 ~A ..... ........................................................................... ...._n........_...._._·· Sealed Ooubl~ Ring Infiltrom4)ter Test EquipmOl\t.................."...." ............41......41.......".....&....."..........·..··41..."'... ........11.."'......._.............__······_..·· VEmCLES V chicle, 2 WI1c;ol Drive ...,,,..... ...I(t...4I ....."'_......... ...........'" ................ ..".......'1..............".. .............."'...41.._.1111.111. Vehicle. 4 Whèel Drive .--......---.....-.-.......-..-..............-----....-.-...---.......----................-...... Mileage, 2 Wheel Drive ... .... ......... ...................................... -...... ........... ......... ...... ...............-...... MlIeasc. 4 Whf;oI: 1 Drivè .-.............. .......... ....... ................................ .............. ..~._. '-"--.-"-.-"" Vehicle Equipped with Standard Field Testing Equip.lIlålL.._............--...--..-.:..................... Vehicle Equipped with Nuclear Density Test:ml Equipment ....................................................... Vehicle Equipped with uttrüOrl.1e. Mâgnetio PArticle, and Dye Penetrant Testing Equipment ................................... .......................................~...... UtIUty Trailer _'_""__on .._..' __._.... ....._.._... ....___........... ...........__._....____._..._.._____...... ..............n- Hydraul Ie Hand Lift . ........ .... ......... ............................ ..... ............ ...... ......... ............. ........... ..... ...... OFFICE EQt1IPMENT Microcomputer. basic software sysccms and suPPOninB hardware .......................--............-...... Mainframe Computer Tbne-Sharing (per au miøute) ..................-........................................... C8n'leR end Film.____.._..._ ......... .... .................. ............. ................... .......... ..........._..........~.......... Computer Connect Time_____._..._...___.__.__····_____···_·_·__·....·___···..-...-.--...-----..-....-..... D lsk Storage (Ðer megabyte) ......................................................................-................................. Environmenta11nførmation M~emcn.t Syscem Software Surch8t8~ ...-...........-....-............... Project Management and CPM Software SUrcharge ...........-.-...................................................... ~:Fe;:~~:~~..:: :::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: :::::::::::::::::::::::::::::::::::: FaCSlm ¡Ie Copies .. ......--=-__.... .......... "..11......&...... ......&......................111......_.....11............ .............. .......-..........--..----...... Report $tlrch~e .........----...--......---......----........-............ ..-.... ..-... ...........-......-----..... --............ Large format Drawing Copies, 20-1b Bond --.......----.....-..-.-........-..--..-................................... Large Fonnat Drawing CopIes, Erasable Vellum ..........................................................-......~.... Large Fermat Drawins Copie$. P..-otaion Trim .......................................................................-.. My lar- Rcprod,:,ction.s. 41... .............. :~...............................'I..1II.............1 I1Iþ ..................... .......11'..11'........ .""....."'....... ...... ....... . AUtocad Drafting. Hardware and :so1'twate ................................................................................. A utccarl Drawing Plots ..._. ___n.. ._nh_....m........--hn.--..n.nn..... _. n _ __.. .---... -....... -.. -----.... n. -......... n_n_ Video Camera ..... .............. ............................... .... .................. ........... ..... ....... ................~....-. ...-.. 90-SAQLDAMICO\PRIV A TE\ 19$1~F£E\8A YF£E99:.899-OccHS 36· Vb 'f4 S 21 each. + technician's hourly rate $ 9s oach. + machiø1ng eost On R.equest On Request On Request .. On Request On Requc¡1; S 189.00 /dAy $ 495_00 lday S 16$.00 {day $ ] 35.00 Iday $ 105.00 lday $ 190_00 lday S 220.00 (day S 200.00 Iday 011 Request S 400_00 Iday S 47.00 /bour $ 180.00 Iday On Rc:qu~' $ 8.50 /hour S 16.00 /hour $ .53 /mile $ 1.05 Imilo $ 16.00 /hour S 21.0tJ /hour $ 21.00 /hour $ 37.00 lday $ 32.00 Iday $ 2 LOa /hour S 9.00 /minuco $ :2 LOO /week $ 7.50 /hour S 74.00 Imonth $ 16.00 /boor $ 16.00 /hour $ 0.50 'page $ 0.50 ImÎImte $ 2.,jO /page :¡¡ n .00 'cup:} $ 2.65 Isq ft $ 3.70 Isq ft $ 1.60 ,.= S 16.00 'sheet :Ii 32.00 /hour S 1.60 Iminute $ 74_00 /MY . (Revised 1199) V~~ J..U/¡ ö k Uì; . 1./"'* r.'"14. 'WIJIJU ,--- --, 3lðÐb ~~ BASIS OF CHARGES l. Listed hm-cin. ate typical prIces for services. most frequently pcrfi:nmed by I<leinfelder. PrIoes for o~er services provided by thefinn or other ServICes not listed will be given upon request. as wen as Spec1a1 quotations for programS involving volume work. · .., ."" _1~... ._..^. - .. .. ~" r' -... . ~ ~ .l!btk....lMBtre ie., v:hlekaver .. 1M"". "... ..... _1;._ n...I .... nll ...... .. OL& ..", -. I""'" "'. ....... .. ." ...- ........ -. -- 3. Invoices wilT be issued Gß a periodic basis, OfUJ'OD çompletion of a projeçt, whiçhover is sooner. The net cash amount of this invoice is payable on pnsøntatiOI1 of'tbe Ù1voloe. I(not paid wicbin 30 d1:lys after tIte date of the invoice. the ua~d balance shall be subject to a. FINANCE CHARGE of I.S% per month, which is an ANNUAL PEltCENTAGE RATE of 18%. 4. A two-hour minimuxn chArge will be made for all field s~ices. A tour-hour minimum c:hare:c will be made for any field services in excess of two hours. A sixoohour minimum charge will be made for field services in cxco§ of four bO\lrs per day. An ~-hour minimum chat"gB will be m"c;to t"ór field services in 'excess of siX hours per day. A one-hour minimum cl1arge per day will be made for any ottlce services. 5. Tunc worked in ~~ of S hours pet' day and weelccgd\holicfa.y work will be ebD.t'I~d at 1.5 times thr:: þourly rate. 6. Per diem will be ch~ At II JMc of $86 per day per ECDOn or ~enses plus 20%, whichever is greater. Per diem will be charged for all projects in cxçess of SO mlles from the Dcare£t Kleinfeldcr office. 7. Outside scrvice$ win jncludc a. 20% markup W'llcs.s otherwise noted. 8. We are protected by Worker's COI1lpensa.tion Insurance (and/or Employer's LiabUity Insuranœ), and by Public LtBbUlty Insurance for bodDy 1I\fUrY am! pro~ dama¡e. and wlll nunish certificates thl!r8Qf upon request. We assume the risk of damaee to our own supplies aad equipment. If your contract or purchase order places greater responsibilities upon us Or réq,11Ïre$ furlher insur.Inc:e coverage, we, specifically directed by you, will take out ildditiOlJal msunwco (if procunblc) to proteCt us at your cxpcæse. 'b1J.t we lihan not. be responsible for proøerty ~c &om. ImY ca11Se, including fire and explosion. beyond. the amounts of COVct88C of out mstlfUnce. 9. AU l1on...eftvironmel1t8l ud uncontamÏ118.tcd samples may be disposed of at Kleiafelder's discretion 30 days after submission of final report. unless prior aaan¡ements 81"0 made. All envirol1mél1w slIIDples mKY be rctumcd to clielJts at Kleinfctdcr's diSctctioa 30 days aftw wbm~ion of final rcp~ unICS5 prior arrangements are made. 10. Proper disposal or hantllin;g or soD bodnß wttiags, weLl dcvelopmcmt and puI¡~ wacers,' dccontaIl1lIW1on solutions. and other contanñnatedlpoteD.tially œntuninated materials is the responsibility of 1he client. Klcinfelder ean provide containers f'õr onsit8 éontainment and can advise the client regarding proper handling prQ~dt.rrc3. '" Oo.SA.C\LD^Mlco\pNV^Tm ~^YFtŒ99 . . 3 (l\cvbGd 1199) .'- 3?'Ö ~ ~ EXHIBIT B PAYMENT SCHEDULE City shall pay Consultant an amount not to exceed the total sum of (as required) for services to be performed pursuant to this Agreement. Consultant shall submit invoices at the end of project based on the cost for services performed. The total sum stated above shall be the total which City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement City shall make no payment for any extra, further or additional service pursuant to tms Agreement unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of City authorized to obligate City thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty-five percent (25%) of the initial contract price. The services to be provided under this Agreement may be temúDated without cause at any point in time in the sole and exclusive discretion of City. If the Agreement is terminated by City, Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials to the effective date of such termination. In that event, all finished and unfinished documents and other materials shall, at the option of the City, become City's sole and exclusive property. Consultant hereby expressly waives any and all claims for damages or compensation arising under this Agreement. Consultant shall maintain adequate logs and timesheets in order to verify costs incurred to date. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of a fully executed Purchase Order from the Finance Department of the City of Dublin. Exhibit B Page 1 of 1 06/08/99 ,--., .....-, ~<t~ ~4 EXHIBIT C City shall funúsh physical facilities such as desks, tiling cabinets, and conference space, as maybe reasonably necessary for Contractor's use wlùle consulting with City employees and reviewing records and the information in possession of City. The location, quantity, and time of funùshing said physical facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Exhibit C Page 1 of 1 06/08/99 .---", ,--'. 311ß<-+1 EXHmIT D GENERAL PROVISIONS 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. City shall have the right to control Consultant only insofar as the results of Consultant's engineering services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. 2. LICENSES: PERMITS: ETC. Consultant represents and warrants to City that he has all licenses, permits, qualificaûons and approvals of whatsoever nature wmch are legally required for Consultant to practice his profession. Consultant represents and warrants to City that Consultant shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice his profession. 3. TIME. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of Consultant's obligations pursuant to this Agreement. 4. INSURANCE REOUIREMENTS. Consultant shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Consultant, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Consultant's bid. A. Minimum Scope of Insurance. Coverage shall be at least as broad as: (1) Insurance Services Office form number GL 0002 (Ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insuran'je Services Office Commercial General Liability coverage ("occuITence" form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. (3) Worker's Compensation insurance as required by the Labor Code ofthe State of California and Employers Liability Insurance. B. Minimum Limits of Insurance. Consultant shall maintain limits no less than: Exhibit D Page 1 of5 06/08/99 ,~. ,---, Lfù i1b 4'7 (1) General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other fonn with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence 1inút. (2) Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. (3) Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$1,OOO,000 per accident. C. Deductib1es and Self-Insured Retentions. Any deductib1es or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self~insured retentions as respects the City, its officers, officials and employees; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions. The policies are to con~ or be endorsed to contain, the following provisions: (1) General Liability and Automobile Liability Coverages. (a) The City, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities perfonned by or on behalf of the Consultant; products and completed operations of the Consultant, premises owned, occupied or used by· the Consultant, or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special1imitations on the scope of the protection afforded to the City, its officers, officials, employees or volunteers. (b) The Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. Exhibit D Page 2 of5 06/08/99 · ...-...., ,..-.., ifl ~ cf4 (d) The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (2) Worker's Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work peñonned by the Consultant for the City. (3) Professional Liability. Consultant shall carry professional liability insurance in an amount deemed by the City to adequately protect the City against liability caused by negligent acts, errors or omissions on the part of the Consultant in the course of performance of the services specified in this Agreement. (4) All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less than A: VITI. F. Verification of Coverage. Consultant shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalí The certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. H. The Risk Manager of City may approve a variation of those insurance requirements upon a determination that the coverages. scope, limits .and forms of such insurance are either not commercially available or that the City's interests are otherwise fully protected. 5. CONSULTANT NO AGENT. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Exhibit D Page 3 of5 06/08/99 .-., ~ ,--. Lf 2--~ 4'1 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, Consultant shalL immediately upon receiving notice ITom City of such desire of City, cause the removal of such person or persons. 8. STANDARD OF PERFORMANCE. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged in the geographical area in wlúch Consultant practices his profession. All instruments of service of what soever nature which Consultant delivers to City pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in Consultant's profession. . 9. HOLD HARMLESS AND RESPONSIBILITY OF CONSULTANTS. Consultant shall take all responsibility for the work, shall bear a11losses and d~ages directly or indirectly resulting to him, to any subconsultant, to the City, to City officers and employees, or to parties designated by the City, on account of the negligent performance or cha,.racter ofthe work, unforeseen difficulties, accidents, occurrences or other causes predicated on active or passive negligence of the Consultant or of his sub consultant. Consultant shall indemnify, defend and hold harmless the City, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense), suits, and damages of every kind, nature and description directly or indirectly arising ITom the negligent performance of the work. This paragraph shall not be construed to exempt the City, its employees and officers ITom its own ftaud, willful injury or violation of law whether willful or negligent. For purposes of Section 2782 of the Civil Code the parties hereto recognize and agree that this Agreement is nota construction contract. By execution of this Agreement Consultant acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the Consultant or sub consultants ITom liability under this paragraph. 10. GOVERNMENT AL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance ftom another govenunental entity, Consultant shall comply with aU applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 11. DOCUMENTS. All reports, data, maps, models, charts, designs, plans, studies,. surveys, photographs, memoranda or other written documents or materials prepared by Consultant pursuant to this Agreement shall become the property of City upon completion of the work to be perfonned hereunder or upon temñnation of the Agreement. No such materials or properties Exhibit D Page 4 of5 06/08/99 "" I ... .. -- -, 43üQ 44 produced in whole or in part under this Agreement shall be subject to private use, copyrights, or patent rights by Consultant in the United States or in any other country without the express written consent of City. City shall have unrestricted authority to publish, disclose (as may be limited by the provisions of the California Public Records Act), distribute, and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statisûcs, forms or other materials or properties produced under this Agreement. Exhibit D Page 5 ofS 06/08/99 · ~I/I!: y ~ lJb 44, EXIllBIT "A" OF RESOLUTION JŒ-oo AMENDMENT TO AGREEMENT BETWEEN CITY OF DUBLIN AND KLEINFELDER, INC. FOR GEOTECHNICAL SERVICES WHEREAS, the City of Dublin (hereinafter referred to as "CiTY") and Kleinfelder, Inc. (hereinafter referred to as "CONSULTANT"), entered into a two-year agreement on June 24, 1999, to provide engineering services to CITY; and WHEREAS, the tenns of the agreement allowed for an adjustment of rates after the first year; and WHEREAS~, çonsµJtant wisÞ,edto"adjust the rates of said agreement for the second year of said two~year period,:(t#J1:lilia.iingJ1J1le~Ö, lOOl ){å.nd WHEREAS, Consultant has proposed a rate increase for the 2000-2001 fiscal year; NOW, THEREFORE, the parties hereto agree as follows: nJ','.' Adiustment of Rates The rate schedule attached hereto as Exhibit 1 shall be effective for the 2000-2001 fiscal year. .. CITY OF DUBLIN ~i~ KLEINFELDER, INC. ~~ Date:--H ~¿..- g;cngr\kleinfelder\amndmcJ!tOO '., ,. ... ~ 4 6~~ ,"*..~ \. . EXHIBIT 1 OF AMENDMENT TO AGREEMENT KLEIN FELDER. INC. 2000"2001 PROPOSED CLASSIFICATION RATE Principal Professional $ 175.00 Senior Professional 140.00 Project Professional 125.00 Professional 85.00 Associate Technician 70.00 Draftsperson 70.00 Word Processor 60.00 .. g:engr\kleinfelder\Exhlblt 1 amendment ~ - " ..~~~ Jr ~ ,40 d.bq~ EXHIBiT "Á~t'OFRÉSOLUTÚ)N ~-02 . A~ENDMENT 1'0 AGREEMENT .. . BETWEEN CITY OF DUBLIN AND KLEINFELDER, INC. ,FOR GEOTECHNICAL SERVICES WHEREÁS, the City of Dublin (hereinafter referred t~ as' "CITY") and Kleinfelder,' Inc. (hereinafter referred to as "CONSULTANT"), entered into a two~year agreement on, June 24, 1999, 'to provide 'engineering services to CITY; and WHEREAS, Consul~t and the City of ~ublin wish to extend the term of said agreement to June 30, 2004;· , ' , , , NOW, THE:JŒFORE, the parties hereto agree as follows: Extension of Term .,' . ,.'.'..'.' .', ";J1' '" . 'The term of the agreementshall be extended from July 1, 2001, toJüne30~ 2004. Should a new agreement or amendment to agreement to exte~the contract 'not be entered into by June 30, ~004, then' this agreement will automatically extend until a new'agreement or amendment to agreement is entered into or City 'gives writteµ notic~ of termination. Adjustment of Rates , . The rate schedule attached hereto (Exhibit 1 to Amendment) shall be effective for Fiscal Year ' 2002-2003.' Consultant may propose a further adjustment of rates for Fiscal Year 2003-2004.' The ,maximum fees per year shall not exceed $75,000 without prior written approval :fÌ"om the City. " CITY OF DUBLIN r,·, ·0fçk)ta£! . Mayor . KLEINFELDER, INC. .-.--~' .. .~~ Date: ..~ 'tÒ'''""L g:cngr'Jcleinfe1der\amndment02 cc¢/~ ~/tf th t-"··'''· .... ,., ~.¡ ~ 47 'b ~~. .' ~- EXHIBIT 1 OF AMENDMENT TO AGREEMt;:NT , KLEINFELDER. INC. 2002~2003 PROPOSED CLASSIFICATION RATE' Principal Professional $ 185.00 Senior Project Manager 165~00 Senior Professional 155.00 ProJect Manager 145.00 Project Professional 135.00 , Senior Staff Professional 125.00 Staff Professional 110.00 Professional 95.00 ,. CADD Operator 87.00' Supervisory Technician 95.00 Senior Technician 85.00 Word Processor 65.00 g:engr\Kh;iinfelder\Exhibit 1 amendment ..... '1 r;' tt '-f1 ~'(;,......""'" ..,.. .. EXHIBIT "Au OF RESOLUTION /25 ·03 AMENDMENT TO AGREEMENT BETWEEN CITY OF DUBLIN AND KLEINFELDER, INC. FOR GEOTECHNICAL SERVICES WHEREAS, the City of Dublin (hereinafter referred to as "CITY") and K1einfe1der, Inc. (hereinafter referred to as "CONSULTANT"), entered into a two-year agreement on June 24, 1999, to provide engineering services to CITY; and WHEREAS, said agreement was extended until June 30, 2004; and WHEREAS, the terms of the agreement allow for an adjustment of rates for the 2003- 2004 fiscal year; and WHEREAS, Consultant wishes to adjust the rates of said agreement for the 2003·2004 fiscal year; NOW, THEREFORE, the parties hereto agree as follows: Adjustment of Rates '¡ The rate schedule attached hereto as Exhibit 1 shall be effective for the 2003,;,2004 fiscal yeM. Not"To-Exceed An upper limit shall not be established for the dollar value of work performed by Consültant within a given year; however, Consultant shall provide a per-task estimate and shall be required to obtain written authorizatiOl1. ftom City prior to performing tasks under this Agreement. CITY OF DUBLIN KLEINFELDER, INC. ~Ø0 ))~1e: ~ I (,lC1O' g:engr\kleinfelder\amndment03-04 .. L..{1 llt) 4'~' EXHIBIT 1 OF AMENDMENT TO AGREEMeNT KLEINFELDER, INC. Project Manager II Project Manager I 2003-2004 PROPOSED RATE $ 190.00 169.00 159.00 149.00 CLASSIFICATION Principal Professional Senior Project Manager Senior Professional 144.00 Professional I 138.00 128.00 114.00 102.00 97.00 Project Professional Staff Professional II Staff Professional I Professional II Draftsperson 89.00 95.00 77.00 CADD Operator Supervisory Technician Supervisory Technician 97.00 Technician III 87.00 Technician II 77.00 Technician I 72.00 Ad ministrativel Word Processor 67.00 g:engr\Klelnfelder\Exhlblt 1 amendment 03-04