Loading...
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