HomeMy WebLinkAbout1998-07-20 City CouncilCity of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
3
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JULY 20, 1998 CMR:275:98
SUBJECT:APPROVAL OF AMENDMENT NO. 1 TO CONTRACT C8096728
WITH CONSOLIDATED ENGINEERING LABORATORIES FOR
SOILS AND MATERIAL TESTING SERVICES
RECOMMENDATION
Staff recommends that Council:
-,Authorize the City Manager or her designee to exercise the option to renew the contract
with Consolidated Engineering Laboratories for a second year; and
Approve and authorize the Mayor to execute Amendment No. 1 (Attachment A) to
Contract No. C8096728 with Consolidated Engineering Laboratories for an additional
$41,000 for soils and material testing for FY 1989-99.
DISCUSSION
Project Description
Construction projects in the Capital Improvement Program and Public Works and Utilities
Departments’ operating budgets require inspection and testing of construction materials for
quality assurance, and to comply with the provisions of the Municipal Code, City of Palo
Alto’s Standard Specifications and the State of California Uniform Building Code.
Examples of projects requiring these services include the Public Buildings and Structural
Repair CIPs, the Street Resurfacing CIP, Storm Drain Rehabilitation CIP and
miscellaneous trench testing for the Utilities Department. The testing and inspection
services are applied to various construction materials including steel, welding, concrete,
asbestos, soils and asphalt. A complete list of projects for FY 1998-99 is provided in
Attachment B.
Selection Process
On July 21, 1997, Council approved Contract No. C8096728 with Consolidated Engineering
Laboratories (CMR:334:97). The contract required Consolidated Engineering Laboratories
CMR:275:98 Page 1 of 2
Consolidated Engineering Laboratories fulfilled the contract satisfactorily during the first
year of the two-year contract.
RESOURCE IMPACT
Funds for these services have been appropriated in the specific capital improvement projects
and Public Works and Utilities Departments operating budgets for FY 1998-99.
POLICY IMPLICATIONS
The recommendations in this staff report are consistent with City policies.
ENVIRONMENTAL REVIEW
This agreement is not considered a project for purposes of the California Environmental
Quality Act. Therefore, no environmental assessment is required.
ATTACHMENTS
A -Amendment No. 1 to Contract C8096728
B-FY 1998/99 Capital Improvement Projects and Utility Trench Test Encumbrance
Amounts
PREPARED BY: John A. Carlson, Sr. Engineer
DEPARTMENT HEAD: ~~/" ~"
GLENN S. ROBERTS
Director of Public Works
EMIL’~ HARRISON
Assistant City Manager
CMR:275:98 Page 2 of 2
ATTACHMENT A
AMENDMENT NO. ONE TO CONTRACT NO. C8096728
BETWEEN THE CITY OF PALOItLTO AND
QUALITY ASSURANCE ENGINEERING, INC. DBA
CONSOLIDATED ENGINEERING LABORATORIES
FOR CONSULTING SERVICES
This Amendment No.One to Contract No. C8096728
(~Contract") is entered into , by and between the
CITY OF PALO ALTO, a chartered city and a municipal corporation of
the State of California (~CITY"), and QUALITY ASSURANCE
ENGINEERING, INC. DBA CONSOLIDATED ENGINEERING LABORATORIES, a
California corporation, located at 4464 Willow Road, Suite C,
Pleasanton, CA 94588 ("CONSULTANT").
R E C..I T A L S:
WHEREAS, the Contract was entered into between the~
parties for the provision of Soils and Materials Testing Services;
and
WHEREAS, the parties wish to amend the Contract;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
follows:
SECTION I.Section i.i is hereby amended to read as
"i.i This Contract will commence on the date of its
execution by CITY, and will terminate on July 26, 1999,
unless this Contract is earlier terminated or extended by
CITY. Upon the receipt of CITY’s notice to proceed,
CONSULTANT will commence work. Time is of the essence of
this Contract."
SECTION 2. Section 5.1.1 is hereby amended to read as
follows:
"5.1.1 In consideration of the full performance
of the Basic Services, including any authorized
reimbursable expenses, CITY will pay CONSULTANT a fee not
to exceed One Hundred and Forty-four Thousand Dollars
($144,000). The amount of compensation will be
calculated in accordance with the hourly rate schedule
set forth in Exhibit "B", on a time and materials basis,
up to the maximum amount set forth in this Section. The
fees of the consultants, who have direct contractual
relationships with CONSULTANT, will be approved in
advance, by CITY. CITY reserves the right to refuse
1
980630 bdc 0071472
payment of such fees, if such prior approval is not
obtained by CONSULTANT."
SECTION 3. The following exhibit(s) to the Contract are
hereby amended to read as set forth in the attachment(s) to this
Amendment, which are incorporated in full by this reference:
a. Exhibit "A" entitled "Soils and Materils Testing
Services and Rates Dated ".
b.Exhibit "B" entitled "Fee Schedule".
c.Exhibit "C" entitled " Insurance Certificate".
SECTION 4. Except as herein modified, all other
provisions of the Contract, including any exhibits and subsequent
amendments thereto, shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have by their duly
authorized representatives executed this Amendment on the date
first above written.
ATTEST:CITY OF PTkLO 7~TO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
APPROVED:
Assistant City Manager
Director of Public Works
QUALITY ASSURANCE ENGINEERING,
INC. DBA CONSOLIDATED
ENGINEERING LABORATORIES
By:
Its:
Taxpayer’s I.D. No.: 94-2988193
Director of Administrative
Services
Risk Manager
2
980630 bde 0071472
Attachments (Contract No. C8096728) :
EXHIBIT "A": SOILS AND MATERIALS TESTING SERVICES
AND RATES
EXHIBIT "B":FEE SCHEDULE
EXHIBIT "C" :INSURANCE
980630 bdc 0071472
3
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
)
))
On
notary public in and for
, before me, the undersigned, a
said County, personally appeared
!
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s) is/are
subscribed to the within instrument, and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the
instrument the’person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
4
980630 bdc 0071472
EXHIBIT A
PAR]" I - CITY OP PALO ALTO PURCHASING ANO CONTRACT ADMINISTRAIqON ¯ R£~3UEST FOR OUOTATION IRFQI
signature are followed via mail. You may fax Quotations to: PURCHASING.&
CONTRACT ADMINISTRATION, at (415) 329-2468
In response to the RFQ for Soils and Materials Testing, the undersigned proposes to
provide the soils and materials testing services, including Concrete Cylinder Storage,
as specified herein, to the City of Palo Alto, at prices stated in the following proposal
form:
DESCRIPTION:SOILS AND MATERIALS TESTING SERVICE
SCHEDULE A - July 1, 1997 through June 30, 1998
ITEM DESCRIPTION
SIEVE ANALYSIS; COURSE AND FINE, PER
PRICE/ZEST $ 38.oo
PRICE/HR $
(CALIF TEST 202)
2
3
SIEVE ANALYSIS; COURSE, PER (CALIF TEST 202)
PRICE/TEST $ 5.0o
PRICE/.HR $ ~/~
SIEVE ANALYSIS; FINE, PER (CALIF TEST 202)
PRICE/TEST $ 30.00
PRICE/HR $
4 SAND EQUIVALENCE ANALYSIS, PER (CALIF TEST 217)
PRICE/TEST $ 30.00
PRICE/HR $ N/~
5 MODIFIED PROCTOR TESTS PER (ASTM D1557-A)
PRICE/TEST $ [25.00
PRICE/HR $ N/A
6 IN PLACE NUCLEAR DENSITY TEST PER (CALIF TEST 231)
PRICE/HR $ 39.00
7 MOISTUREDENSITY DETERMINATIONSPER (CALIF TEST 21 6,PART 2,5
LAYERS)
PRICE/TEST $ 70.00
PRICE/HR $ N/A
Ciq/ of Palo A/to - RFQ # 98135 Page 2
PART I ° CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION . REQUEST FOR QUOTATION (RFQ}
8 HVEEM’S RESISTANCE "R" VALUES PER (ASTM D2844, CALIF TEST 301)
PRICE/TEST $ [30.00
PRICE/HR $. ~/&
9
10
ATTERBERG LIMIT TEST PER (ASTM D423
PRICE/TEST $ 30.oo
PRICE/HR $ N/.~
CONCRETE MIX DESIGN REVIEW
PRICE/TEST $ 50.00
PRICE/HR $
D424)
11 CONCRETE CYLINDER COMPRESSION TEST OF6" X 12" CYLINDERS PER
( _ASTM.-C3 90)..
PRICE/TEST $ [2.00
PRICE/HR $ N/A
12 CONCRETE CYLENDERS STORAGE
PRICE/TEST $ [2.oo
PRICE/HR $ a/’~
13 REINFORCING
BARS)
PRICE/TEST $
PRICE/HR $
STEEL TENSILE AND BEND TEST (NO. 2.
35.00
~/~
THROUGH NO.8
14
15
REINFORCING
ABOVE)
PRICE/TEST $
,PRICE/HR $
STEEL TENSILE AND BEND TEST (BARS SIZED NO.
38.00
N/A
10 AND
STEEL FABRICATION INSPECTION AND WELDINSPECTION PER AlSC AND
AWS STANDARDS
PRICE/HR $ 4]..0o
16 HVEEM COMPACTED DENSITY OF BITUMINOUS SAMPLE PER (CALIF TEST
308)
PRICE/TEST $ 20.00
PRICE/HR $ ~/A
City of Pa/o Alto -RFQ # 98135 Page 3
PART I -CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION ¯REQUEST FOR QUOTATION (RFQ)
17 STABILITY OF COMPACTED BITUMINOUS MIXTURE PER (CALIF TEST 366)
PRICE/TEST $ 25.00
PRICE/HR $ N/A
18
19
BITUMEN CONTENT PER (ASTM 2172 OR CALIF TEST 310)
PRICE/TEST $ 85.00
PRICE/HR $
BITUMEN CONTENT PER (CALIF TEST 382)
PRICE/TEST $ 65.00
PRICE/HR $
20 GRADATION OF EXTRACTED SAMPLE FROM BUTIMOUS MIXTURE PER (CALIF
TEST 202)
.pRIC.E./TEST $ 65.00
PRICE/HR $ ~/A
DESCRIPTION: SOILS AND MATERIALS TESTING SERVICE
SCHEDULE B - July 1, 1998 through June 30, 1999
ITEM DESCRIPTION PRICE/TEST
SIEVE ANALYSIS; COURSE AND FINE, PER
PRICE/TEST $ 4o.oo
PRICE/HR $ ~/A
(CALIF TEST 202)
2 SIEVE ANALYSIS; COURSE, PER (CALIF TEST 202)
PRICE/TEST $ 6.00
PRICE/HR $
3 .SIEVE ANALYSIS; FINE, PER (CALIF TEST 202)
PRICE/TEST $ 32.o0
PRICE/HR $ N/A
4 SAND EQUIVALENCE ANALYSIS, PER (CALIF TEST 217)
PRICE/TEST $ 32.00
PRICE/HR $ N/A
City of Pa/o Alto - RFQ # 98135 Page 4
PART I -CITY OF PALO ALTO PURCHASING AND CONTP,.ACT ADMINISTRATION-Ft~QUEST FOR Quo’rATION {FIFQ)
PRICE/HR $ N/A
5
6
7
MODIFIED PROCTOR TESTS PER (ASTM D1557-A)
PR~CEfTEST $ [3Z
PRICE/HR $
IN PLACE NUCLEAR DENSITY TEST PER (CALIF TEST 231)
PRICE/HR $ 4[.00
MOISTURE DENSITYDETERMINATIONSPER (CALIF TEST 21 6,PART 2,5
LAYERS)
PRICE/TEST $ 75.00
PRICE/HR $ N/~--
8 HVEEM_’S RESISTANCE "R" VALUES PER (ASTM D2844, CALIF TE_ST 301)
PRICE/TEST $ [37.oo
PRICE/HR $
9 ATTERBERG LIMIT TEST PER (ASTM D423
PRICE/TEST $ 32.oo
PRICE/HR $ N/A
D424)
10 CONCRETE MIX DESIGN REVIEW
PRICE/TEST $ 55.00
PRICE/HR $ N/A
11
12
CONCRETE CYLINDERCOMPRESSION TEST OF6"X 12"CYLINDERS PER
(ASTM-C390)
PRICE/TEST $ [3.00
PRICE/HR $ ~/A
CONCRETE CYLENDERS STORAGE
PRICE/TEST $ [3.0o
PRICE/HR $
13 REINFORCING
BARSI
PRICE/TEST $
PRICE/HR $
STEEL TENSILE AND BEND TEST (NO. 2.
37.00
N/A
THROUGH NO. 8
14 REINFORCING STEEL TENSILE AND BEND TEST(BARS SIZED NO.
ABOVE)
City of Pa/o A/[o - RFQ # 98135
10 AND
Page 5
PART
15
17
18
19
¯CITY OF PALO ALTO PURCHASING ANt:) CONTRACT ADMiNISTRAtION;REQUEST FOR QUOTATION IRFQ}
PRICE/TEST $ ~o,oo
PRICE/HR $ ~/A
STEEL FABRICATION INSPECTION AND WELDINSPECTION PER AISC AND
AWS STANDARDS
PRICE/HR $ 42,o0
HVEEM COMPACTED DENSITY OF BITUMINOUS SAMPLE PER (C.,ALIF TEST
308)
PRICE/TEST $ 24.00
PRICE/HR $ ~/A
STABILITY OF COMPACTED BITUMINOUS MIXTURE PER (CALIF TEST 366)
PRICE!TEST $ 27,00 _
P_RICE/_HR $.
BITUMEN CONTENT PER (ASTM 21 72 OR CALIF TEST 310)
PRICE/TEST $. 89.00
PRICE/HR $ ~/A
BITUMEN CONTENT PER (CALIF TEST 382);."
PRICE/TEST $. 7o,0o
PRICE/HR $
20 GRADATION OF EXTRACTED SAMPLE FROM BUTIMOUS MIXTURE PER (CALIF
TEST 202)
PRICE/TEST $_ 70.00
PR~CE!HR $_ ~’/A
TERMS OF PAYMENT SHALL BE NET 30 DAYS.
LEAD~iME: Quote your standardleadtime for test completion on an after-receipt of
sample/specimen basis.
DELIVERY: All materials services are to be provided F.O.B. Palo Alto in accordance
with the terms and conditions herein.
QUANTITIES: The services specified herein are required from time to time and an
estimate of activity for future periods is not available. Activity during the past 1~0
months has averaged $ 1,500.00 per month. The City of Palo Alto makes no
guarantee as to the number of tests (or the expenditure amount) which shall be
authorized during the term of. any resultant order or contract. Test requirements may
City of Palo Alto -RFQ # 98135 Page 6
PART I - CiTY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION ¯ REQUEST FOR QUOTATION |RFQt
be subject to change. All changes shall be implemented by a change order.
TERMS AND CONDITIONS:
CONDITIONS: All quotations must be submitted on the above form. The City reserves the right to
reject any or all quotations, to waive any informalities contained therein, and to select quotations on
an item by item basis. No quotation may be withdrawn for a period of 60 days. "
INTEREST OF SELLER: At all times Vendor shall be deemed to be an independent contractor and
Vendor is not authorized to bind the City to any con’tracts or obligations. By accepting a purchase
order (PQ), issued from the results of this RFQ, Vendor certifies that no one who has or will have any
financial interest under this agreement, .is an officer or employee of City.
GOVERNING LAW: This document and ensuing Contract and all rights and obligations hereunder shall
in all respects be,. governed by and construed in accordance with the laws of the state of..California.
NON-DISCRIMINATION & AFFIRMATIVE ACTION: Vendor will be required to comply with all
procedures set forth in the Palo Alto Municipal Code and laws of the State of California regarding non-
discrimination and affirmative action in employment and will be subjec~ to all penalties provided for
therein in the event of violation. The enclosed Certificate of Non-Discnminationand Affirmative Action
information forms shall be completed by vendor for product or equipment priced over $5,000 (total).
HOLD HARMLESS: Vendor agrees to indemnify, defend and hold harmless the City, its officers,
employees, and agents from any and all demands, claims or liability of any nature, caused by or arising
from the performance of ensuing Agreement: The City, at its option, may require the Vendor to furnish
evidence of insurance covering the liabilities provided above, but under no’circumstance is the Vendor
released of such liabilities or duty to indemnify.
INSURANCE: The Vendor shall maintain such insurance as will cover and include the entire obligation
assumed in any agreement issued as well as such insurance as will protect vendor from claims and
liability under Worker’s Compensation Acts, personal liability, property damage, and all other claims
for damages, including personal injury, and death, which may arise from operations under the issued
agreement.
STANDARD OF PERFORMANCE: The selected vendor shall be required to unconditionally warrant that
it shall use sound and professional principles and practices in accordance with the highest degree of
skill and care as those observed by national firms of established good reputation as well as the current
normally accepted industry standards, in the performance of services required herein. The performance
of the vendor’s personnel shall also reflect their best professional kr~owledge, skill and judgement.
If any failure to meet the foregoing warranty appears during the term of the agreement the City may
terminate the agreement and require reimbursement of all expenses necessary to replace or restore
such services.
SAFE-f"Y: Where federal, state or municipal safety regulations of standards have been established, the
Vendor certifies that all products of equipment furnished, and/or installations provided as a result of
this RFP shall comply with such requirements.
City of Palo Alto - RFQ # 98135 Page 7.
PART I -CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION ¯REQUEST FOR QUOTATION (RFQ)
SPECIFICATIONS: The specifications or scope of work included have been prepared to describe the
standard el~ quality, performance, and other characteristics needed to meet City of Pale Alto
requirements. The City will accept proposals of an "or equal" equipment, product or service when after
a review of the alternate specification ~"determined to reflect:
(a)supply, equipment, or seryice which is more state-of-the-ar~ than that specified;
(b)characteristics equaling the supplies, equipment, or services specified; or,
(c)the specification issued will not meet requirements as stated.
Alternate specifications must be submitted as an additional proposal (RFQ). Alternates"~re subject to
review and acceptance by the Manager of Purchasing & Contract Administration and/or the Project
Manager. The City of Palo Alto retains the right to reject any and all proposals or quotations when it
is determined that conditions have not been met or, when it is in the best ir~terest of the City of Palo
Alto.
EXCEPTIONS to the specifications~r requirements issued must be itemized and justified in writing and
included with proposals or quotations submitted.
DOCUMENTATION: Manuals, when applicable, shall be furnished by the Vendor with the shipment or
under separate cover.
PRICES: Prices shall remain firm through out the Contract period. City shall receive the benefit of any
additional discount or general reduction in the prices quoted herein prior to the delivery or invoicing
any product or equipment ordered as a result of this RFQ.
TAXES: Quotations shall include all applicable federal, state and local taxes, import duties,
commissions or other charges.
INVOICING & PAYMENTS: Vendor shall submit separate invoices on each purchase order or purchase
release after each delivery. Purchase order numbers must be referenced on all packing slips and
invoices. Involces shall be itemized and transportation charges, if any, shall be listed separately with
a copy of the freight bill attached. Payment shall not be due until the above instruments are submitted
after delivery to:
City of Pale Alto
Accounts Payable
P.O. Box 10250
Palo Alto, CA 94303
Extra Charges: No e~tra charges of any kind will be allowed unless specifically agreed to in writing by
City. All state and county sales and use taxes shall be stated .seParately on the invoices.
Prices: Vendor warrants that the prices for materials or services sold to City under this Agreement are
not less favorable than those currently extended to any other customers of the same or like articles or
services in equal or less quantities. In event Vendor reduces its price for such materials or services
during the term of the Agreement, Vendor agrees to reduce the prices or rates quoted herein
correspondingly.
Term of Agreement: The term of the Contract shall be for 12 months and may be extended for one
(1) 12 month period up to a maximum of 24 consecutive months, subject to:
City of Pale Alto - RFQ # 98135 Page 8
PART I -CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION ¯REQUEST FOR QUOTATION (RFQ)
(a)City of Palo Alto City Council’s annual approval of each current year’s budget
and appropriation of funds for this Contract;
(b)the Vendor’s compliance with the terms and conditions as established by this
document (RFQ);(c)
(c)a mutual agreement to continue the Contract with:
(1)negotiations beginning 60 days prior to each 12 month’s
anniversary date;
(2)a mutual agreement to extend the Contract completed 30 days
prior to each 12 month renewal period;
(3)satisfactory compliance and extensions by the Vendor with the
established certificates of insurance, licensing, permits, City’s
Contract or other requirements of the Terms and Conditions;
and oo
(4)firm pricing for subsequent 12 month term(s) as set forth in
herein below.
Pricing of Agreement
Pricing of Soils and Materials Testing shall be based on and remain firm during the fol/owing periods:
(a)July 1, 1997 through June 30, 1998
(b)July 1, 1998 through JL,’~e 30, 1999
Notwithstanding the foregoing, this Contract may be terminated, with or without cause by the City
upon ten (10) days written notice tO Vendor. Monies then owing based upon work satisfactorily
accomplished shall be paid to Vendor.
ENTIRE AGREEMENT; This document and its parts, exhibits, drawings, and other referred or related
documents represent the entire agreement between the parties with respect to the purchase of
services, materials or equipment which may be the subject of any ensuing contract or agreement. Any
conflic~ with these Terms & Conditions or any prior agreements, representations, statements,
negotiations ~nd undertakings whether oral or written are superseded hereby,
City of Pa/o Alto - RFQ # 98135 Page 9
CITY OF PALO ALTO PURCHASING AND CONTRACT ADMINISTRATION . RF.QUEST FOR QUOTATION (RFQ)
CITY OF PALO ALTO
SIGNATURE PAGE
The undersigned hereby certifies that, directly or indirectly, they or their
representatives and agents have not been collusive with other parties interested in this
Proposal for:
SOILS AND MATERIALS TESTING SERVICE
Vendor is a: .,.
x California Corporation, or a
~Corporation organized under the laws of the State of
with head offices located at
and offices in California at
(Attach addendum if necessary)
Partnership (list names of partners; state which partner or partners are managing
partner(s), attach addendum if necessary).
~Sole Proprietorship,~.Other (Attach addendum specifying details).
DATE:
June lO, [997
V~ndor NAME & ADDRESS:
Consolidated Engineering Laboratories
4464 Willow Road, Suite C
Pleasanton, CA 94588
PHONE:
(510) 460-5100
SIGNATURe:
PRINTEO NAME:
Bruce W. Mishler
T~TLE: Vice President
TAX,’U¢.~. 94-2988[93
FAX NO.:
(5[0) 450-51~8
ACKNOWLEDGMENT OF ADDENDUM(S)
During ,the request for proposal process there may be changes to the documents or schedules which would
requiretan addendum. To assure that all proposers receive the update or change addendum, the following
acknowledgment and sign-off is required. Failure to execute the following may be considered as an
irregularity in the proposal. Receipt of the following addendum(s) issued prior to the close of the proposal
is acknowledged, and the information contained therein has been considered in the preparation of this
quotation.
Addendum No. (None~), (1~), (2~), (3~), (4~), (5~)
(Check appropriate space/number above)~~""-~.L.)
Sig’ha ture ~"Vendo r
City of Palo Alto - RFQ # 98135 Page 10
CONSOLIDATED ENGINEERING
L A B 0 R A T 0 R ! ~ S
EXHIBIT B
FEE SCHEDULE
EFFECTIVE JULY 1, 1997 THROUGH JUNE 30, 1999
SOILS AND MATERIALS TESTING SERVICE
CITY OF PALO ALTO - RFQ #98135
Services will be performed on a time and materials basis at the unit rates listed.
Hourly Personnel Rates
Principal
Principal Geotechnical Engineer
Senior Engineer
Staff Engineer
Inspector/Field Technician
Draftsperson
Special Services Hourly Rates
Soils ,l~pectorw!th
Ste, e! .F_,a..b~r!~ation.
Windsor Probe Tests (Probes Extra)
Pachometer
High-Strength Bolting
In-Place Brick Shear Tests (Masonry) - Two Man Crew (4 hour minimum)
Pull-Out Tests (Proof Loading)
Ultrasonic Testing of Weldments
Floor Flatness Testing:
-Surveying/Inspection
-Profileograph
Above rates plus reimbursables
Basis of Charges
Work over 8 hours per day, or on Saturdays
Work on Sundays/Holidays
Swing or Graveyard Shift Premium
Work from 0-4 hours
Work from 4-8 hours
Show Up Time
Sample Pick Up
Final Affidavit (request 6 working days advance notice)
Extra Copies (over 4 per issue date) of Inspection Reports
and Final Affidavit
Project Engineering and Management
Out of Area Services (Beyond 40 mile radius)
Travel Time
Mileage
Per-diem, including lodging
Reimbursables
$125.00/hour
125.00/hour
100.00/hour
80.00/hour
63.00/hour
35.00/hour
400.00/half day;
68.00/hour
68.00/hour
68.00/hour
120.00/hour
68.00/hour
68.00/hour
600.00/day
750.00/day
Time and One-half
Double Time
5.00/hour
4-hour minimum billing
8-hour minimum billing
2-hour minimum billing
45.00 minimum billing
200.00 minimum billing
15.00/each
2% of Fees
As Listed Below:
Basic Rate
$.40/mile
80.00/day
Cost + 15%
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 2 of 6
Soils and Base Materials
Moisture/Density Curve
Standard Proctor ASTM D 698
Modifie~d Proc,tpr~TM
California ,I m pac, t ,,,~!.:2~, ~
Sieve Analysis
Bulk Sample’Grad~ti~n~Bulk Sa .topic
Material Finer than #200 Sieve, ASTM C 117
Soil Mechanics
Soil Classification, ASTM D 2487
"R’: .Value, AST.M
Plasticity Index (Atterburg Limits), ASTM D 4318/0al 204
Sand Equivalent, ASTM.
Compression, Cement Treated Base (including preparation), Cal 312
Particle Size Analysis ASTM D 422
Hydrometer Minus #200
Sieve Analysis/Hydrometer
Specialty Geotechnical Testing
ASTM D1140
Consolidation (ASTM D2435, D4546)
Time-Consolidation ( ASTM D2435)
Collapse/Swell (ASTM D4546)
Unconfined Compressive Strength (ASTM D2166)
Direct Shear (3 pt.)
California Bearing Ratio, 1 pt. (ASTM D1883)
California Bearing Ratio, 3 pt. (ASTM D1883)
Water Soluble Sulfate
pH (ASTM D4972)
Lab Resistivity
Other Laboratory Testing
Miscellaneous Geotechnical Charges
Vehicle Charges
Within 40-mile radius
Truck, 2-wheel drive
Truck, 4-wheel drive
All Other Direct Project Expenses
(such as contract drilling and backhoe services, special equipment
rental, commercial travel, protective clothing, shipping)
Clerical Services
$155.00/each
$32.0,0,~,h
$ 40.0~[e,~h,
33.00/each
200.00/each
!37,.0~[~
95.00/each
32.Q.0./~.,h.
95.00/each
105.00/each
165.00/each
28.00/each
100.00/each
45.00/ca. loading
55.00/each
65.00/each
600.00/each
120.00/each
330.00/each
33.00/each
22.00/each
55.00/each
Quotation on Request
No Charge
0.40/mile
0.50/mile
Cost + 15%
35.00/hour
CONSOLIDATED ENGINEERING
L A B O R A T O R ! E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 3 of 6
Aggregates
Sieve Analysis
Bulk Sample Gradation (Coarse or Fine),Cal 202
Materiat Finer than #200 Sieve, ASTM C 117
Bulk Sample Gradation, Cal 202
Specific Gravity (Coarse), ASTM C 127/Cal 206
Specific Gravity (Fine), ASTM C 128/Cal 207
Absorption, Sand or Gravel, ASTM C 127/ASTM C 128
Organic Impurities in Concrete Sand, ASTM C 140
L.A. Rattler, ASTM C 131 or C 535/Cal 211
Sulfate Soundness (per sieve), ASTM C 88
Unit Weight of Aggregates, ASTM C 29
Hardness, ASTM D 1865
Crushed Particles, Cal 205
Cleanness Value, Cal 227
Durability ASTM D 3744/Cal 229
Moisture Content of Aggregate ASTM C 29
Asphaltic Concrete
Hveem Compaction (inc!uding
Hveem Compaction (premixed sample), Cal 304, per point
Stabilometer Value, Cal 366, per point
Bitumen cQnte.nt ,(extra~t!0n)~.AST,,M D 21~ .7.2~
Bitumen Content (extra.ctiqn),’C..al 2!. 0
Gradation of Extracted
Unit Weight of Compacted AsphalticConCr~t~.~@TM D2726/Ca1308
Unit Weight of Compacted Asphaltic Concrete, (Paraffin Coated) ASTM D 1188
Marshall Compaction (including sample preparation), set of 3, ASTM D 1559
Marshall Compaction (premixed sample), set of 3, ASTM D 1559
Marshall Flow and Stability, set of 3, ASTM D 1559
Maximum Theoretical Specific Gravity (Rice Gravity), ASTM D 2041
Swell of Bituminous Mixtures, Cal 304/305
Caltrans Complete Asphaltic concrete Test (Hveem Compaction, Stabilometer
Value, Extraction Gradation, Unit Weight), Average of Two Briquettes
Asphaltic Cement
Penetration of Bituminous Materials at 77°F, ASTM D 5/AASHTO T49
Penetration of Bituminous Materials at 32°F to 158°F,
ASTM D 5/AASHTO T49
Kinematic Viscosity of Asphalt, ASTM D 2170/AASHTO T201
Absolute Viscosity of Asphalt, ASTM D 2170/AASHTO T201
Viscosity (Asphalt Institute Method)
Rolling Thin Film Test, ASTM 2872/Cal 346/AASHTO T240
Residue by Evaporation, ASTM D 244/AASHTO T59
Extraction and Recovery, ASTM D 2172/ASTM D 1856
$65.00/each
33.00/each
95.00/each
45.00/each
50.00/each
40.00/each
40.00/each
165.00/each
70.00/each
45.00/each
65.00/each
90.00/each
65.00/each
65.00/each
33.00/each
475,00/each
43.00/each
60.00/each
95.00/each
95.00/each
110.00/each
100.00/each
125.00/each
405.00/each
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 4 of 6
Geotextile Fabric
Tensile Strength by Grab Method
Index Puncture Resistance, ASTM D 4833
Trapezoidal Tear
Mass Per Unit Area, ASTM D 3776
Simulated Asphalt Retention, ASTM D 4830
Unit Weight Analysis, ASTM D 2329
Ply Count and Void Analysis, ASTM D 2329
Cement
Storage of Grab Sample, 60 days
Compression, 2x2 Cubes, each age, ASTM C 109
Cement Content of Hardened Concrete, ASTM C 1084
Concrete
Concrete Mix’ Design ~e~iew
Trial Batches, Prepared in Laboratory (excludes time for material pickup)
Shrinkage, set of 3, ASTM C157, Cal 530
Compressig.n:i.6._.x_l
Concrete Cy!i~d~r S.t0~.rageBulk Sample Gradation (Coarse or Fine),Cal 202
Compression, Core (including end preparation), ASTM C 42
Compression, 3x6 Cylinders Lightweight Insulating Concrete, ASTM C 495
Molds, 6x12 Concrete, ASTM C 470
Cylinders, Stored 60 days (hold cylinders)
Splitting Tensile, 6x12 Cylinders, ASTM C 496
Unit Weight of Concrete Cylinders, ASTM C 567
Unit Weight of Lightweight Insulating Concrete, ASTM C 495
Compression Test of Lightweight Insulating Concrete, ASTM C 495
Flexural Strength of Concrete, ASTM C 78 or C 293
Shotcrete Panel, Up to 4 Cores (including compression), ASTM C 42
Chloride Ion Content, AASHTO T260
Emission of Moisture through Concrete
Cylinder Pick-Up
GFRC Panel Test
Flexural Testing, per P.C.I. Recommended Practice
Pullout Testing of Anchors, per P.C.I. Recommended Practice
Reinforcing Steel- ASTM A 615
Tensile Strength and Bend Test
Samples,,.Size..#~.
Samples;~Si~ze#!!,
Samples, .Si~e#!~
Samples, S!ze #!8,(~ull
$220.00/each
150.00/each
165.00/each
110.00/each
275.00/each
23.00/each
65.00/each
12.00/each
32.00/each
1,400.00/each
55 . 0.0.te ich
285.00/each
265.00/set
13.0~/.e~
40.0O/each
55.00/each
25.00/each
2.00/each
20.00/each
40.00/each
22.00/each
28.00/each
33.00/each
95.00/each
220.00/each
80.00/each
55.00/each
45.00/trip
33.00/each
55.00/each
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 5 of 6
Prestressing Steel -ASTM A 416
Uncoated 7 Wire Strand, 1/4" to 1/2"
Breaking Strength Only
Yield Strength, Breaking Strength and Elongation
(Note: For Vinyl Coated Strands, add $ 25.00 per test;
for Modulus of Elasticity, add $ 25.00 per test)
Masonry
Concrete Blocks
Compression, Gross Area, ASTM C 140
Compression, Gross Area, Unusual Shape, ASTM C 140
Compression, Net Area, ASTM C 140
Absorption and Moisture, ASTM C 140
Linear Shrinkage, ASTM C 426
Bricks
Absorption, with Saturation Coefficient, ASTM C 67
Compression, ASTM C 67
Modulus of Rupture, ASTM C 67
Compression, Grout Prisms, ASTM C 39
Compression, Mortar Cylinders, ASTM C 39
Compression, Composite Prisms, ASTM E 447
Compression, Masonry Core, ASTM C 140
Shear, Masonry Core, CCR Title 24
Mortar Molds, ASTM C 470
Structural Steel (Mild Steel Not Over One Inch Thick)
Tensile Strength, ASTM A 370 (test only)
Samples, Under 1-1/2 square inch in cross section
Samples, 1-1/2 square inch and over in cross section
Bending
High Strength Bolts, Nuts and Washers, ASTM A325, A 490 and A 449
Bolts Proof Load or Ultimate
Nuts Proof Load
Washers Proof Load
Hardness (Rockwell)
Weldment Testing (Mild Steel Not Over One Inch Thick)
Transverse Tensile
Transverse Side Bend
Transverse Root and Face Bend
Macroetch
0.505" Tensile Specimen
Charpy V-Notch Specimen
$110.00/each
175.00/each
53.00/each
80.00/each
70.00/each
53.00/each
95.00/each
55.00/each
45.00/each
45.00/each
27.00/each
27.00/each
95.00/each
40.00/each
60.00/each
2.00/each
65.00/each "
70.00leach
45.00/each
55.00/each
33.00/each
17.00/each
17.00/each
65.00/each
45.00/each
45.00/each
45.00/each
70.00/each
On Quotation
CONSOLIDATED ENGINEERING
L A B O R A T O R I E S
Fee Schedule
City of Palo Alto - RFQ #98135
Page 6 of 6
Nondestructive Testing
Radiography
Consultation
One-Man Crew
Two-Man Crew
Film
Magnetic Particle Level III (ASNT)
Magnetic Particle Level’ II (ASNT)
Ultrasonic Level III (ASNT)
Ultrasonic Level II (ASNT)
Dye Penetrant Level III (ASNT)
Dye Penetrant Level II (ASNT)
Night Shift Work - One-Man Crew
Night Shift Work - Two-Man Crew
Coring Services
Coring Machine Operator
Helper (add per hour)
Diamond Drill Bit Charges, per inch to 5"
Diamond Drill Bit Charges, per inch 6" and over
CompPession of Core, ASTM C42
Roofing
Ply Count and Asphalt by Difference, ASTM D 2829
Weight Analysis, ASTM D 2829
Fireproofing
Density of Sprayed on Fireproofing, ASTM E 605/UBC 43-8
Cohesion/Adhesion, ASTM E 736
Miscellaneous Tests and Inspections
Calibration of Hydraulic Rams
Universal Testing Machine with Technician
Instron Testing Machine with Technician
Windsor Test Probes
Welder Qualifications, each position
Expert Witness
Laboratory Technician
$ 65.00/hour
65.00/hour
125.00/hour
On Quotation
80.00/hour
68.00/hour
80.00/hour
68.00/hour
80.00/hour
68.00/hour
Add $6/hour
Add $12/hour
90.00/hour
45.00/hour
5.00/inch
On Quotation
55.00/each ¯
65.00/each
23.00/each
33.00/each
55.00/each
150.00/each
150.00/hour
125.00/hour
On Quotation
80.00/each
1,200.00/day
68.00/hour
ACORD,.:::::::::::::::::::::::::::::::::::::::::::::::::::::::::::
PRODUCER
Diversified Risk Ins. Brokers
1335 Stanford Avenue
Suite 100Emeryville, CA 94608
510-547-3203 License #0529776
INSURED
Consolidated Engineering Labs
P. O. Box 9131
Pieasanton, CA 94566
EXHIBIT
]o/ol/97
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIONONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS CERTIFICATE DOESNOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDEDBY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANYA Royal Insurance Company
COMPANYB HIH America Compensation
COMPANYC
COMPANYD CITY PALO ALTO~- JM
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOV~I~’~ T~Oq~pERIODINDICATED, NO~t~STANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR O~ER ~CUMENT WI~SPECTTO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, ~E INSURANCE AFFORDED BY ~E POLICIES DESCRIBED HEREIN IS [~L~TO ALL T I RMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID C~IMS.~U ~0 ci~.~ ’
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITSLTRDATE (MM/DD/YY)DATE (MM/DD/YY)
A GENERAL LIABIL|TY PSP072439(98) 10101/97 10101/98
A
A
~OMMERCIAL GENERAL LIABILITY
CLAIMS MADE ~ OCCUR
~_~ OWNER’S & CONTRACTOR’S PROT
X_~ Aggre2ate Per
X I Prolect Applies
B
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON-OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY~UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
THE PROPRIETOR/I~1 INCLPARTNERS/EXECUTIVE
OFFICERS ARE:EXCL
OTHER
PST086772
PLA354034(98)
C000696401
10101/97
10101/97
10~1/97
10/01/98
10/01/98
10101/98
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
PERSONAL & ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED EXP (An~/one
COMBINED SINGLE LIMIT
$
$
$
$
$
$
2,000,000
2,000,000
1,ooo,o0o
1,000,000
300,000
10,000
$1,000,000
BODILY INJURY(Per person)$
BODILY INJURY(Per accident)$
PROPERTY DAMAGE $
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
WC STATU-OTH-X TORyUM TS I ER
EL EACH ACCIDENT
ELDISEASE " POLICY LIMIT
EL DISEASE - EA EMPLOYEE
4,000,000
4,000,000
1,000,000
1,000,000
1,000~000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMSRe: All Operations
The City of Palo Alto, its officers, Agents and employe~s are named as
additional insured per CG2010 attached.
POLICY NUMBER:PSP072439(98)COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES or
CONTRACTORS [Form B]
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Palo Alto
Public Works/Engineering Div.
Attn: Liz Ames
P.O. Box 10250
Palo Alto, CA 94303
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
Re: All Operations
The City of Palo Alto, its officers, Agents and employees are named as
additional insured per CG2010 attached.
Subject to all other terms and provisions of the policy, such Insurance as provided by this
endorsement shall be deemed primary, but only with respect to work performed by or for the
Named Insured in connection with the above described contract.
CG 20 10 11 85 Copyright, Insurance Service Office, Inc., 1984
PRODUCER THIS CERTIFICATE IS ISSUED AS A MAI-FER OF INFORMATION
Diversified Risk Ins. Brokers ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ORALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
1335 Stanford Avenue
Suite 100
Emeryville, CA 94608
510-547-3203
INSURED
Consolidated Engineering
Laboratories
P. O. Box 9131
Pleasanton, CA 94566
COMPANY
A"
COMPANYB
COMPANYC
COMPANY
Associated International
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFECTIVE POLICY EXPIRATIONLTRTYPE OF INSURANCE POLICY NUMBER DATE (MMJDD/YY)DATE (MM/DD/YY)LIMITB
A
GENERAL LIABILITY~MMERCIAL GENERAL LIABILITY
~ CLAIMS MADE DOCCUR
~OWNER’S & CONTRACTOR’S PROT
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY~UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
THE PROPRIE=FOR/~ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE:EXCL
OTHER
Professional
Liability
AZU960007 08108/96 08/08/99
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
PERSONAL & ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED EXP {An~/one person)
COMBINED SINGLE LIMIT
$
$
$
$
$
$
BODILY INJURY(Per person)
BODILY INJURY(Per accident)
PROPERTY DAMAGE
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY:
EACH ACCIDENT
AGGREGATE
EACH OCCURRENCE
AGGREGATE
I WCSTATU- I OTH-TORY LIMITS ER
ELEACH ACCIDENT
ELDISEASE o POLICY LIMIT
ELDISEASE - EA EMPLOYEE
$1,000,000 Each Claim
$2,000,000 Aggregate
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
All operations of the Named Insured including but not limited to any
referenced project. The Aggregate Limit is the total insurance available
for all claims presented under the policy.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THECity of PaiD Alto EXPIRATION BATE THEREOF, THE ISSUING COMPANY WILL B~llll~l~[:R~,’~r~ MAILPublic Works/Engineering Div.30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,P. O. Box 10250
Palo Alto, CA 94303
0 0 0 0 0 0 0 0 0000000000
0 0 0 0 0 0 0 0 0