Loading...
Southland Geo/Fire Station 93 03PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and Southland Geotechnical ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to Professional Testing and Inspection Services for the City of La auinta Third Fire Station, Project 2001-14 as specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Consultant warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. 1.2 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses Permits Fees and Assessments. Except as otherwise specified herein, Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, it shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.5 Care of Work. Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Consultant, and the equipment, materials, papers and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. The performance of services by Consultant shall not relieve Consultant from any obligation to correct any incomplete, inaccurate or defective work at no further cost to City, when such inaccuracies are due to the negligence of Consultant. 1.6 Additional Services. In accordance with the terms and conditions of this Agreement, Consultant shall perform services in addition to those specified in the Scope of Services when directed to do so by the Contract Officer, provided that Consultant shall not be required to perform any additional services without compensation. Any addition in compensation not exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by the City Council. G : \Fire\PSAfirestationtestin-,. wpd 1 1.7 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in Exhibit "D" (the "Special Requirements"). In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation") in a total amount not to exceed Twenty Six thousand, eight hundred and eighteen Dollars ($26,818.00 ) (the "Contract Sum"), except as provided in Section 1.6. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the services, payment for time and materials based upon Consultant's rate schedule, but not exceeding the Contract Sum, or such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the services provided, including time and materials, and (2) specify each staff member who has provided services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Consultant specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Consultant for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. All services rendered pursuant to this Agreement shall be performed diligently and within the time period established in Exhibit "C" (the "Schedule of Performance"). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer. 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Consultant, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgement such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 3.4 Term. Unless earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services, except as otherwise provided in the Schedule of Performance. G:\Fire\PSAfirestationtesting.wpd 2 4.0 COORDINATION OF WORK 4.1 Representative of Consultant. The following principals of Consultant are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: a. Greg M. Chandra, P.E. b. Anthony Colarossi, RCE It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Consultant and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be Tom Hartung, Director of Building Safety, or such other person as may be designated by the City Manager of City. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Aaainst Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City ooqeration. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. 5.0 INSURANCE INDEMNIFICATION AND BONDS. 5.1 Insurance. Consultant shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, personal and public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's acts or omissions rising out of or related to Consultant's performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its G:\Fire\PSAfirestationtesting.wpd I 3 insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. The amount of insurance required hereunder shall be determined by the Contract Sum in accordance with the following table: Contract Sum Personal Injury/Prosy Damage Coverage Less than $50,000 $100,000 per individual; $300,000 per occurrence $50,000 - $300,000 $250,000 per individual; $500,000 per occurrence Over $300,000 $500,000 per individual; $1,000,000 per occurrence Consultant shall carry automobile liability insurance of $1 ,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Consultant, its officers, any person directly or indirectly employed by Consultant, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Consultant's performance under this Agreement. The term "automobile" includes, but is not limited to, a land motor vehicle, trailer or semi -trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. Consultant shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws. Consultant shall procure professional errors and omissions liability insurance in an amount acceptable to City. All insurance required by this Section shall be kept in effect during the term of this Agreement and shall not be cancelable without thirty (30) days written notice to City of proposed cancellation. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 5.2 Indemnification, The Consultant shall defend, indemnify and hold harmless the City, its officers, officials, employees, representatives and agents, "City indemnitees," from and against any and all actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or death of person(s), for damage to property (including property owned by the City) ("claims") and for errors and omissions committed by Consultant, its officers, anyone directly or indirectly employed by Consultant, any subcontractor, and agents or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Consultant's performance under this Agreement, except to the extent of such loss as may be caused by City's own active negligence, sole negligence or willful misconduct, or that of its officers or employees. In the event the City indemnitees are made a party to any action, lawsuit, or other adversarial proceeding in any way involving such Claims, Consultant shall provide a defense to the City indemnitees, or at the City's option, reimburse the City indemnitees their costs of defense, including reasonable attorney's fees, incurred in defense of such claim. In addition consultant shall be obligated to promptly pay any final judgment or portion thereof rendered against the City indemnitees. G:\Fire\PSAfirestationtesting.wpd 4 5.3 BgmQdiu. 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: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Consultant to stop work under this Agreement and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. C. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Consultant's failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of work under this Agreement. 6.0 RECORDS AND REPORTS. 6.1 Rem. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning Consultant's performance of the services required by this Agreement as the Contract Officer shall require. 6.2 Records. Consultant shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 6.3 Ownership of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, whether in hard copy or electronic form, which are prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier request of the Contract Officer, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Consultant shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Consultant for the specific purpose intended and causes to be made or makes any changes or alterations in said documents and materials, City hereby releases, discharges, and exonerates Consultant from liability resulting from said change. The provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required G:\Fire\PSAfirestationtesting.wpd 5 by law. Consultant shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.0 ENFORCEMENT OF AGREEMENT. 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer; provided that if the default is an immediate danger to the health, safety and general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. City may withhold from any monies payable to Consultant sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Consultant in the performance of the services required by this Agreement. 7.4 Waive r. No delay or omission in the exercise of any right or remedy of a non defaulting party on any default shall impair such right or remedy or be construed as a waiver. City's consent or approval of any act by Consultant requiring City's consent or approval shall not be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Termination Prior To Expiration Of Term. This section shall govern any termination of this Agreement, except as specifically provided in the following Section 7.8 for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Consultant. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically G:\Fire\PSAfirestationtesting.wpd 2 approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. 7.8 Termination For Default of Consultant. If termination is due to the failure of Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over work and prosecute the same to completion by contract or otherwise, and Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Consultant for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 7.3. 7.9 Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 8.0 CITY OFFICERS AND EMPLOYEES: NONDISCRIMINATION. 8.1 Non -liability of City Officers and Employees. No officer or employee of City shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any State statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 8.3 Covenant against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, consent, approval, communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this section. To City: CITY OF LA QUINTA Attention: Tom Hartung 78-495 Calle Tampico To Consultant: Southland Geotechnical Attention: Greg M. Chandra 79-607 Country Club Dr. #5 G:\Fire\PSAfirestationtesting.wpd 7 La Quinta, California 92253 Bermuda Dunes, California 92201 9.2 IntegratedIntearated Agreement. This Agreement contains all of the agreements of the parties and all previous understanding, negotiations and agreements are integrated into and superseded by this Agreement. 9.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing signed by both parties. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgement or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 9.5 Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA a California municipal corporation Thomas P. Genovese, City Manager ATTEST: APPROVED AS TO FORM: Z AMLati/e Jenson, Cit ttorney Date CONSULTANT: Southla d Geotechnical By: Name: CW/ ' A C*7"J' # ) Title: Date: ZI� 03 G:\Fire\PSAfirestationtesting.wpd 93 Exhibit A Scope of Services City of La Quinta Third Fire Station Testing and Inspection Project No. 2001-14 Services and products to be rendered in performing all work associated with the project shall be in accordance with the Southland Geotechnical Scope of Services attached and made a part of this agreement. 0 Citv of La Quinta SGI Proposal No: P03002T SCOPE OF SERVICES Task 1— Preconstruction Meeting Southland Geotechnical. Inc. project manager will attend the preconstruction conference to review the project schedule and testing/inspection guidelines. We have budgeted for one meeting at the site. Task 2 — Earthwork and Trench Backfill Observation Testing We will provide full time observation and compaction testing during the preparation of the building footprint area. We will also perform part time observation and testing during the preparation of pavement subgrades, placement of aggregate base, asphalt and concrete pavements, and utility trench backfill operations outside the building footprint. Compaction testing will generally be performed as required by the project specifications. Our personnel will sample on -site and imported materials for transportation to our laboratory for appropriate testing. Tack 3 — Concrete Observation and Testing We will provide an ICBO-certified inspector to observe and sample concrete during placement. Our field services will include observation and verification of reinforcing steel placement, monitoring of slump, temperature, mixing time and casting of concrete cylinders for compression testing of structural concrete delivered to the site. We will pick up and deliver concrete cylinders to our laboratory for the appropriate testing. During concrete placement, we will also provide batch plant inspection. Task 4 — Masonry/Veneer Observation & Testing We will provide ICBO-certified inspector to monitor the placement of expansion bolt, masonry/veneer units, including grout/mortar placement and sampling, preparation of masonry prisms and verifying the reinforcing steel placement within the wall. We will pick up and deliver the material samples to our laboratory for the appropriate testing. Sampling and testing of the materials will be performed as stated in the structural notes and code requirements. Task 5 — Structural Steel and Welding Observation We will provide ICBO-certified inspector to observe field welding operations during structural steel erection and HS bolt installation. This will be done on both a continuous and part-time basis and includes the observation of welder certifications, metal deck and steel joist welding and compliance of structural steel construction to the project requirements. Southland Geotechnical, Inc. 10 Citv of La Quinta SGI Proposal No: PO 002T Task 6 — Glued Laminated Structural Lumber and Roof Truss Observation and Testing. We will provide a ICBO approved inspector to observe a fabrication of glu-lams and wood/bar joist trusses process in the factory during the assembling process. Services will be conducted by our subcontractor. Forest Products Inspections. Inc. Task 7 — Laboratory Testing We anticipate that compliance testing of soils, masonry prisms. grout, mortar and concrete will be required; the anticipated testing is summarized on our attached budget. Task 8 — Technical Management & Reports Our Project Manager will review the daily progress reports during construction. Items found in non-compliance with the project requirements will be brought to the immediate attention of the construction superintendent, designated design professionals, and your designated responsible representative. FEE For budgetary purposes, we have provided cost estimate (in separate envelope) for the services described above. The services described above will are performed on a time and expense basis utilizing our standard fee schedule, which has been attached. Any additional testing can be performed upon your written authorization at the time those services are requested. We have attempted to be realistic in developing our estimate for this project: please keep in mind that our services are directly dependent upon the contractor's schedule and events which occur during the duration of the project which cannot always be predicted in advance. Any change in the contractor's schedule will impact our budget. We will attempt to coordinate our services with the contractor's site superintendent to efficiently service the project. In the event that construction activities result in projected additional fees beyond those described herein, we will contact you for additional written budget increase. if necessary. Southland Geotechnical, Inc. 11 Exhibit B Schedule of Compensation Payment shall be in full at the rates listed in the Estimate Worksheet attached herewith for the actual hours submitted in conformance with Section 2.2 of the Agreement. Total compensation for all work under this contract shall not exceed Twenty Six Thousand, Eight Hundred and Eighteen Dollars ($26,818) except as specified in Section 1.6 - Additional Services of the Agreement. 12 ESTIMATE WORKSHEET PROJECT: Fire Station - Project No. 2001-14 CLIENT: City of La Qumta LOCATION: 44-555 Adams Street, La Quinta" FIELD Hrs. Rate Total Soil Technician - Grading Soil Technician - Compaction 40 @ $ 63.00 $ 2.520.00 ICBO Inspector: 60 $ 63.00 $ 3.780.00 Concrete Masonry 32 $ 65.00 $ 2,080.00 Expansion Bolt 160 16 @ $ 65.00 $ 10.400,00 Field Welding 16 (a $ 65.00 $ 65.00 $ 1,040.00 HS Bolt Installation 16 a` $ 65.00 $ 1.040.00 Glulam Fabrication 16 S $ 1,040.00 Concrete Batch Plant 24 70.00 $ 1.120.00 Sample Pick-up (a $ 63.00 $ 1,512.00 Coring 8 $ 63.00 $ 504.00 Supervisor Ins P Operation Manager 1 24 $ 500.00 $ 500.00 v $ 72.50 $ 1.740.00 Subtotal: $ 20,976.00 LABORATORY Soil Compaction Curve 3 a $125.00 $ Aggregate Compaction Curve 1 ru 375.00 Sieve Analysis $155.00 $ 155.00 Concrete Compression Test 4 $ 70.00 S 2 80.00 Grout/Mortar Compression Test 224 $ $ 432.00 Masonry Prisms Compression Test 16 a 20.00 $ 20.00 $ '20.00 Compression Test for Cored Specimen 8 Q $ l I0.00 $ 660.00 Bond Test for grout/masonry interface $ 50.00 $ 400.00 Rebar Tensio.Bend Test 8 a S 80.00 $ 640.00 Mix Design Review 6 $110.00 $ 660.00 n $185.00 $ 370.00 Subtotal: $ 3,482.00 PROJECT MANAGEMENT - REPORTS Principal Engineer 4 Staff Engineer Ca$ 140.00 $ 560.00 Technical Typist/Administrative 8 u $ 90.00 $ 720.00 24 C $ 45.00 $ 1.080.00 Subtotal: $ 2.360.00 TOTAL: $ 26,818.00 Southland Geotechnical, Inc. Proposal No. P03002T 13 City of La Quinta SGI Proposal No: PO' 002T 2003 Fee Schedule Southland Geotechnical, Inc. 14 0UTu LAN C- EOT`C 4NIC FOUNDATION ENGIN-E9s AND MA7=_R! _s LASS 2003 PROFESSIONAL FEE SCHEDULE Southland Geotechnical, Inc. is a consulting firm which provides services in Soils and Materials Engineering, Fault and Seismic Studies, and Construction Materials Testing. The firm's objective has been providing engineering services for public utilities, public works infrastructure, residential, commercial, and industrial projects in the Southern California areas. OFFICES AND LABORATORIES Phone Fax El Centro, California (760) 370-3000 337-8900 Bermuda Dunes, California (760) 360-0665 360-0521 BASIS OF CHARGES Listed herein are typical prices for services most frequently performed by Southland Geotechnical. Prices for other services not listed will be given upon request, as well as special quotations for projects involving volume or special provisions. Invoices will be issued on a bi-monthly basis, or upon completion of a project, whichever is sooner. Invoices are payable when received unless otherwise agreed. A late payment service charge will be computed at the periodic rate of 1.5% per month, which is an annual percentage rate of 18 % and will be applied to any unpaid balance commencing 30 days after date of the original invoice. A two (2) hour minimum will be charged for all field testing and thereafter in 2 hour increments. An overtime premium of 1.5 times the standard rate will be charged for all personnel service or laboratory test periods in excess of eight hours per day or Saturday, and 2 times the standard rate for work in excess of 12 hours per week day, in excess of 8 hours on Saturdays and all day on Sundays or holidays. A four (4) hour minimum will be charged for all special inspection services. Per diem will be charged at a rate of $65 per day per person or expenses + 10%, whichever is greater. Outside services will be charged at cost + 10% unless otherwise noted. All samples of soil or rock will be destroyed 30 days after submission of final report unless prior arrangements are made. Our liability to Client for injury or damage to persons or property arising our work performed for Client and for which legal liability may be found to rest upon us rather than for professional errors and omissions, will be limited to our general liability insurance coverage, which we maintain in limits of $2,000,000. For any damage on account of any error, omission, or other negligence, our liability will be limited to a sum of not to exceed $50,000 or our fee less direct third -party costs, whichever is greater, unless specifically negotiated otherwise. 780 NORTH FOURTH STREET - EL CENTRO, CALIFORNIA 92243 • (760) 370-3000 - FAX (760) 337-8900 79-607 COUNTRY CLUB DRIVE, SUITE 5 - BERMUDA DUNES, CALIFORNIA 92201 • (760) 360-0665 - FAX (760) 360-0521 5725 KEARNY VILLA ROAD, SUITE L • SAN DIEGO, CALIFORNIA 92123 • (858) 467-4900 • FAX (858) 467-4909 1� Southland Geotechnical, Inc. 2003 Standard Fee Schedule PROFESSIONAL RATES (HOURLY) Principal Engineer......................................................... $140.00 Senior Engineer.............................................................$125.00 Staff Engineer.................................................................$90.00 Assistant Engineer...........................................................$80.00 Operations Manager........................................................$72.50 Senior Geologist............................................................$125.00 Project Geologist...........................................................$105.00 Staff Geologist................................................................$90.00 * $30.00 will be added for all investigative work with legal (court) cases. * $100.00 will be added for all depositions and court appearances with a 4-hr. minimum charge TECHNICAL RATES (*) Senior Geotechnical Technician ......................................$60.00 Testing Technician (Soils) With Nuclear Gauge.............$65.00 Testing Technician (Concrete/Masonry/Soils/Asphalt) ..$55.00 Special Inspector (Masonry, Steel, Welding & Bolt) ...... $65.00 Laboratory Personnel......................................................$55.00 Technical Typist..............................................................$45.00 Drafting........................................................................... $60.00 Copies of Reports (Min)..................................................$30.00 Blueprints..................................................................... $2.25ea. EQUIPMENVMATERLALL CHARGES 2 & 4 WD Vehicle ................................................... $0.50/Mile Truck Mounted Drilling (Flight Auger) ................. $170.00/Hr. Truck Mounted Drilling (Prevailing Wage and Environmental)....................................................... $210.00/1-11. Per Diem Drillers ................................................... $160.00/day Cone Penetrometer Travel Time ............................ $235.00/Hr. Piezocone and Stratigraphic Plots ................................. $9.20/ft Resistivity, Piezocone Testing ...................................... $9.30/ft Seismic Piezocone Testing .......................................... $19.20/ft Per Diem (CPT) ..................................................... $230.00/day Grouting........................................................................ $3.40/ft Mobile Laboratory (On site Analysis) ................ $2, 1 00.00/day Strata Probe (Environmental Sampling) ............. $2,500.00/day Dozers, Backhoe, Portable Auger, etc ..................... $Cost+10% Ring Sampler Liners (6" length) Use Charge ............. $2.00 ea. 2" diameter slotted PVC Piezometer (w/filter sock & gravel pack) ...................................... $7.10/ft 8" diameter cast-iron Piezometer cover (set in concrete)....................................................... $88.00 ea. (*) A $10.00 per hour premium shall be added for all prevailing wage work (Field Services Only). MATERIALS TESTING EQL'IP1iENT-FIELD (DAILY RATES) Swiss Hammer (Concrete) ................................................ $50.00 Masonry Mortar Penetrometer .......................................... S50.00 Vibrating Probe (Concrete) .............................................. $60.00 Generator.......................................................................... $47.50 Coring Machine................................................................ $47.50 Diamond Bit Core Barrel .................................................. $40.00 Rebar Locator (R-Meter).................................................. $50.00 CORING CHARGES (Min. Charge-2/Trip) 2" Diameter.............................................................. $100.00 ea. 3" Diameter.............................................................. $110.00 ea. 4" Diameter.............................................................. $125.00 ea. 6" Diameter.............................................................. $13 5.00 ea. Horizontal (Walls) .................................................... $155.00 ea. COMPACTION CUR` -ES Standard 4" Mold, Method A ................................... $115.00 ea. Standard 6" Mold, Method B,C,D ............................ $150.00 ea. Modified 4" Mold, Method A ................................... $125.00 ea. Modified 6" Mold, Method B,C,D ........................... $155.00 ea. Relative Density ....................................................... $290.00 ea. Relative Compaction ................................................ $165.00 ea. SOIL & AGGREGATE STABILITY R-Value, Untreated Material or Field Sample .......... $200.00 ea CBR 100% Compaction ........................................... $275.00 ea. Soil Cement, CTB, Mix Design ................................ $650.00 ea CTB Compression Test .............................................. $50.00 ea Lime Treated Compression Test (Includes Preparation)................................................... $420.0( BASIC SOIL & AGGREGATE PROPERTIES Sieve Analysis, Coarse & Fine Including Wash......... $70.00 ea Sieve Analysis, Coarse ............................................... $55.00 ez Sieve Analysis, Fine Including Wash ......................... $50.00 e-, Sieve Analysis, Wash (% Finer than No. 200 Sieve) . $45.00 e< Specific Gravity/Absorption....................................... $85.00 e� Sand Equivalent -Average of 3.................................... $60.00 e; Plasticity Index........................................................... $85.00 e. Expansion Index ....................................................... $100.00 e Moisture Determination and Unit Weight ................. . $25.00 e Moisture Determination Only ..................................... $20.00 e Permeability Test (Undisturbed Samples) ................ $320.00 e Permeability Test (Remolded Samples) ................... $350.00 e Resistively of Soil (CAL 643.).................................... $75.00 e PH Test (Lab Measurement) ....................................... $30.00 c Hydrometer (Without Specific Gravity) ................... $105.00 < Sulfates....................................................................... $45.00 Chlorides..................................................................... $45.00 , 16 Southland Geotechnical, Inc. 2003 Standard Fee Schedule SHEAR STRENGTH & CONSOLIDATIN TEST Unconfined Compression..............................................$60.00 ea. Direct Shear (3pt. Staged Test)...................................$200.00 ea. Consolidation, Per load Increment w/ Time Rate....... $63.00 load Consolidation.............................................................$150.00 test AGGREGATE QUALITY Organic Impurities.........................................................$45.00 ea. Absorption, Coarse Aggregate......................................$60.00 ea. Absorption, Fine Aggregate..........................................$75.00 ea. Unit Weight (Average of 3)...........................................$50.00 ea. Los Angeles Rattler Test-500 Revs.............................$170.00 ea. Los Angeles Rattler Test-1000 Revs...........................$200.00 ea. Sulfate Soundness (5 cycles).........................................$90.00 ea. Mortar Making Properties of Sand..............................$345.00 ea. Potential Reactivity Test.............................................$325.00 ea. Cleanness Test (Referee Test).....................................$155.00 ea. Crushed Particles on Sieved Sample...........................$150.00 ea. Flat & Elongated Particles on Sieved Sample .............$110.00 ea. Clay Lumps and Friable Particles ................................ $100.00 ea. Lightweight Pieces in Aggregate.................................$220.00 ea. Durability Index -Coarse or Fine .................................. $150.00 ea. MASONRY Compression Test, Grout Prisms...................................$20.00 ea. Compression Test, Mortar Cube/Cylinder .....................$20.00 ea. Compression Test, Masonry Units................................S65.00 ea. Compression Test, Solid Grouted Masonry Prisms ..... $110.00 ea. Absorption and Received Moisture, Masonry Units .....$58.00 ea. (Unit weight, masonry unit 3 required) .........................$40.00 ea. Grout or Mortar Specimen, Handled & Cured But Not Tested........................... ....................................... $15.00 ea. Bond Test (Shear) for grout/masonry interface .............$80.00 ea. CONCRETE Concrete Mix Design or Review (Not Including Lab Test) ........................................... $185.00 ea. Laboratory Trial Batch, Incl. Compression Testing of 6 Specimens.............................................$325.00 ea. Compression Test, Concrete Cylinder...........................$18.00 ea. Concrete Cylinder Handled and Cured But Not Tested............................................................$14.00 ea. Unit Weight of Concrete Cylinders...............................$29.50 ea. Flexural Strength, Concrete Beam................................$55.00 ea. Compression Test, Gunite.............................................$37.00 ea. Compression Test on Cored Specimens ........................$50.00 ea. CylinderMolds................................................................$2.75 ea. Drying Shrinkage Test, Set of 3..................................$325.00 ea. Modulus of Elasticity of 6"xl2" Concrete Cylinder ...$160.00 ea. Splitting Tensile Strength..............................................$53.00 ea. Chloride Ion Determination (Water Soluble) ..............$210.00 ea. ASPHALT Extraction, % Bitumen ............................................. $1 10.00 ea. Extraction/Graduation.............................................. $150.00 ea. Complete Design of )Kcaring Surface for a Given Asphalt'Aggregate, Hveem or Marshall Method......... $3,000.00 Marshall Stability & Flow Set of 3 without mixing) ..................$290.00 set Marshall Stability & Flow Set of 4 (Lab Mix).................................................................$380.00 set Unit Weight of Asphalt Core or Compacted Sample.. $38.00 ea. Maximum Density of Mix by Marshall Method Set 3 (Without Mixing).....................................................$150.00 set Maximum Theoretical Specific Gravity (Rice Method)......................................................... $120.00 ea. Index of Retained Strength ....................................... $600.00 ea. Tensile Stress Ratio .................................................. $500.00 ea. Stripping................................................................... $110.00 ea. METALS Tensile, Up to'/4" (Not Including Machining Cost) ... $60.00 ea. Grater than '/."............................................................ $70.00 ea. Bend............................................................................ $40.00 ea. WELI)r�G QUALIFICATIONS - STRUCTURAL STEEL (PHYSICAL TEST METHOD - ASTM, AWS, API, RISC) * Visual Inspection.......................................................$65.00 hr * Magnetic Particle/Ultrasonic Testing ........................$75.00 hr Operator Performance & Procedure Tests ....................$75.00 hr Machining & Material Costs.....................................$55.00 min Qualification Tests on Machined Coupons ................. $85.00 ea. * When prevailing Wage rates apply, an additional $10.00 per hour premium will be charged 17 Exhibit C Schedule of Performance Consultant shall complete all services in a timely manner and in accordance with the approved construction schedule provided by the Contractor. Consultant will have the opportunity to review the schedule when completed, and adjust the scope and budget but only if approved by the City. The general time frame for the Project is February 2003 through November 2003. 18 Exhibit D Special Requirements None. 19