Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2025-065 - 3/18/2025 - Approved
Fs oggus c.�` o� SERVICE AGREEMENT NO. 6473 H CITY OF CORPUS CHRISTI v MASTER SERVICES AGREEMENT FOR GEOTECHNICAL AND N`°"'°" 1852 CONSTRUCTION MATERIALS TESTING This Agreement is between the City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or designee and Raba Kistner, Inc., 2209 N. Padre Island Drive, Suite A, Corpus Christi, Texas 78408 ("Lab"). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I — PROJECT TASK ORDER................................................................................................2 ARTICLE II — COMPENSATION...........................................................................................................2 ARTICLE III — INSURANCE REQUIREMENTS....................................................................................3 ARTICLE IV - INDEMNIFICATION .......................................................................................................3 ARTICLE V— TERM; RENEWALS; TIMES FOR RENDERING SERVICE...........................................4 ARTICLE VI - TERMINATION OF AGREEMENT.................................................................................4 ARTICLE VII — RECORD RETENTION; RIGHT OF REVIEW AND AUDIT..........................................4 ARTICLE VIII — MISCELLANEOUS PROVISIONS...............................................................................5 EXHIBIT A TERMS AND CONDITIONS EXHIBIT B SCOPE OF WORK Page 1 Rev Nov 2022 ARTICLE I — PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Lab agree will be performed under the terms and conditions of this Agreement. Each task Lab performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Lab. Each properly executed Task Order shall become a separate supplemental agreement to this Agreement. 1.2 The Lab shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Lab to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence in accordance with the standard of care defined in Article Vill of this Agreement. Lab will perform the services in accordance with the approved Scope of Services and with Lab's response to the Request for Qualifications related to this project,which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.3 All services provided by Lab shall be performed in accordance with the Terms and Conditions to this Master Services Agreement attached hereto and incorporated herein as Exhibit A. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 The general scope for these Task Orders is outlined in Exhibit B. More specific scope of work will be issued for pricing when a task order is needed. 1.5 Lab must provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Lab to perform work pursuant to this Agreement shall be employees or subcontractors or subconsultants of Lab. Lab must provide City with a list of all subcontractors/subconsultants that includes the services performed by the subcontractors/subconsultants and the percentage of work performed by the subcontractor/subconsultant. Changes in Lab's team that provides services under this Agreement must be agreed to by the City in writing. 1.6 Lab must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are issued the fully executed Task Order to proceed. ARTICLE II — COMPENSATION 2.1 The Compensation for all services performed under this Agreement shall not exceed $3,000,000. 2.2 The Lab's fee for each Task Order will be on a quantity and unit price basis or lump sum basis with a negotiated not-to-exceed amount. The fees will not exceed those set out in the Task Order and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Lab shall price Task Orders in accordance with Exhibit C, Rate Schedule, subject to approval by the City. 2.3 All services shall be performed in accordance with the applicable standard of professional care set forth herein and to City's satisfaction,which satisfaction shall be judged by the Director in his/her sole discretion. City shall not be liable for any payment under this Agreement for services which are unsatisfactory and which previously have not been approved by the Director. Page 2 Rev Nov 2022 2.4 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Lab shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Lab does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.5 Lab will submit progress invoices to City Engineer monthly and final invoice upon completion of services. Each invoice is due and payable by City within 30 days of receipt and approval to pay by the City Engineer. 2.6 Request for final compensation by Lab shall constitute a waiver of claims except those previously made in writing and identified by Lab as unsettled at the time of final Payment Request. 2.7 Any fee payable under this Agreement is subject to the availability of funds. The Lab may be directed to suspend work pending receipt and appropriation of funds. ARTICLE III — INSURANCE REQUIREMENTS 3.1 Lab must not commence work under this Agreement until all required insurance has been obtained, and such insurance has been approved by the City. Lab must not allow any subcontractor or subconsultant to commence work under this Agreement until all similar insurance required of any subcontractor or subconsultant has been obtained. 3.2 Insurance Requirements for this Agreement are set out in the Terms and Conditions to this Agreement which is attached hereto and incorporated herein as Exhibit A. ARTICLE IV- INDEMNIFICATION Lab shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person's agent, employee or consultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Lab or its agent, Lab under contract or another entity over which Lab exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Lab shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, included in the indemnification above if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Lab shall reimburse the City's reasonable attorney's fees in proportion to the Lab's liability. Lab must advise City in writing within 24 hours of any claim or demand against City or Lab known to Lab related to or arising out of Lab's activities under this Agreement. Page 3 Rev Nov 2022 ARTICLE V— TERM; RENEWALS; TIMES FOR RENDERING SERVICE 5.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 5.2 This Agreement shall be applicable to all Task Orders issued hereunder from the Effective Date of the Agreement until Task Orders are complete. 5.3.1 The term of this Agreement shall be for a period of three years beginning on the Effective Date, unless extended by authority of the City Manager or designee. 5.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Lab will perform services and provide deliverables within a reasonable time. ARTICLE VI - TERMINATION OF AGREEMENT 6.1 City may terminate this Agreement or Task Order under this Agreement,with or without cause, upon seven days written notice to Lab at the address of record. 6.2 Lab will be compensated for authorized services completed up to the date of termination. ARTICLE VII — RECORD RETENTION; RIGHT OF REVIEW AND AUDIT 7.1 Lab grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Lab's records relating to the work and/or services provided under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee,which may include its internal auditors or an outside representative engaged by City. Lab agrees to retain its records for a minimum of four(4)years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 7.2 "Lab's records" include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments,arrangements, notes,daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements,sources of information and matters that may, in City's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 7.3 City agrees that it shall exercise the right to audit, examine or inspect Lab's records only during City's regular business hours. Lab agrees to allow City's designee access to all of Lab's records, Lab's facilities and Lab's current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Lab also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 7.4 Lab shall include this audit clause in any subcontractor, supplier or vendor contract. Page 4 Rev Nov 2022 ARTICLE Vill — MISCELLANEOUS PROVISIONS 8.1 Assignability. The Lab will not assign, transfer or delegate any of its obligations or duties in this Agreement to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Lab staff. If the Lab is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Lab fee may be assigned in advance of receipt by the Lab without written consent of the City. The City will not pay the fees of experts or technical assistance or other Labs unless such employment, including the rate of compensation, has been approved in writing by the City. 8.2 Ownership of Documents. Lab agrees that upon payment, City shall exclusively own any and all information in whatsoeverform and character produced and/or maintained in accordance with, pursuantto or as a result of this Agreement, including contract documents (plans and specifications), drawings, test results and submittal data. Lab may retain a copy for its files. 8.3 Standard of Care. Services performed by Lab will be conducted in a manner consistent with that level of skill and care ordinarily provided by competent members of the profession practicing under the same or similar circumstances and professional license. 8.4 Licensing. Lab shall be represented by personnel with appropriate Iicensure, registration and/or certification(s)at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 8.5 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Lab and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Lab. 8.6 Disclosure of Interest. Lab agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 8.7 Certificate of Interested Parties. Lab agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info_forml295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.htm1. 8.8 Conflict of Interest. Lab agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index 8.9 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 8.10 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 8.11 Public Information. The requirements of Subchapter J Chapter 552 Texas Government Code may apply to this Agreement, and the Lab agrees that the Agreement may be terminated if the Lab knowingly or Page 5 Rev Nov 2022 intentionally fails to comply with a requirement of that subchapter. 8.12 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 8.13 Title VI Assurance. Lab shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 8.14 Independent Contractor. The relationship between City and Lab under this Agreement shall be that of independent contractor. City may explain to Lab the City's goals and objectives in regard to the services to be performed by Lab, but the City shall not direct Lab on how or in what manner these goals and objectives are to be met. 8.15 Conflict Resolution Between Documents. Lab hereby agrees and acknowledges if anything contained in any documents prepared by Lab and included herein, is in conflict with the terms of this Agreement, which incorporates Exhibit A, and/or an approved Task Order, this Agreement and/or the Task Order shall take precedence and control to resolve said conflict. 8.16 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City's governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. CITY OF CORPUS CHRISTI RABA KISTNER, INC. 04/23/2025 6abl-ie4 DYneGaf- ,LL-04/22/2025 Jeff y Edmonds(Apr 23,202510:41 CDT) Gabriel Ornelas,Jr.,P.E.(Apr22,202517:39 CDT) Jeff H. Edmonds, P.E. (Date) Gabriel Ornelas, Jr., P.E. (Date) Director of Engineering Services Senior Vice President & COO 2209 N. Padre Island Drive, Suite A Corpus Christi, Texas 78408 (361) 445-4058 Office gornelas@rkci.com APPROVED AS TO LEGAL FORM 04/23/2025 M2O25-026 Janet Whitehead(Apr 23,2025 09:09 CDT) AUTHORIZED Assistant City Attorney (Date) for City Attorney BY COUNCIL 3/18/2025 RH/SB ATTEST Rebecca 05/07/2025 Rebecca Huerta(May 7,2025 15:42 CDT) Rebecca Huerta, City Secretary Page 6 Rev Nov 2022 EXHIBIT A TERMS AND CONDITIONS TO TESTING AGREEMENT ARTICLE 1. SERVICES: Lab will: 1.1 Provide only those services requested by City Engineer that, in the opinion of Lab, lie within the technical or professional areas of expertise of Lab and which Lab is adequately staffed and equipped to perform. 1.2 Perform technical services under the supervision of a licensed professional engineer and in compliance with the basic requirements of the appropriate standards of the American Society for Testing and Materials,where applicable, and other standards designated in writing by the City Engineer. 1.3 Promptly submit formal reports(printed and electronic copies)of tests, inspections and services performed indicating, where applicable, compliance with the Project specifications or other contract documents. Such reports must be complete and factual,citing the tests performed, methods employed,values obtained and parts of the structure of the Project area subjected to any testing. 1.4 Utilize testing equipment which has been calibrated according to applicable standards and, upon request, submit to the City Engineer or designee documentation of such calibration. Secure representative samples of those materials that the City's contractor proposes to use which require testing, together with relevant data concerning such materials including the point of origin and supplier. 1.5 Consider reports to be confidential and distribute reports only to those persons,organizations or agencies specifically designated in writing by the City Engineer. 1.6 Retain records relating to services performed for City for a period of two years following submission of any reports, during which period the records will be made available to the City at all reasonable times. 1.7 Pay salaries, wages, expenses, social security taxes, federal and state unemployment taxes and any other similar payroll taxes relating to the services. ARTICLE 2. CITY RESPONSIBILITIES: City Engineer or designee will: 2.1 Provide Lab with all plans,specifications,addenda,change orders,approved shop drawings and other information for the proper performance of services by Lab. 2.2 Issue authorization in writing giving Lab free access to the Project site and to all shops or yards where materials are prepared or stored. 2.3 Designate in writing those persons or firms which will act as the City's representative with respect to Lab's services to be performed under this Agreement and which must be promptly notified by Lab when it appears that materials tested or inspected are in non-compliance. Only the City Engineer or designee has authority to transmit instructions, receive information and data and/or interpret and define the City's policies and decisions with respect to the Project. Lab acknowledges that certain City representatives may have different types of authority concerning the Project. 2.4 Advise Lab sufficiently in advance of any operations so as to allow for assignment of personnel by Lab for completion of the required services.Such advance notice will be in accordance with that established by mutual agreement of the parties. 2.5 Direct the Project contractor, either by the Construction Contract or direct written order, to: (a) Stop work at the appropriate times for Lab to perform contracted services; (b) Furnish such labor and all facilities needed by Lab to obtain and handle samples at the Project and to facilitate the specified inspection and tests; (c) Provide and maintain for use of Lab adequate space at the Project for safe storage and proper curing of test specimens that must remain on the Project site prior to, during and up to 60 days after testing. ARTICLE 3. GENERAL CONDITIONS 3.1 Lab, by the performance of services covered hereunder, does not in any way assume, abridge or abrogate any of those duties, responsibilities or authorities with regard to the Project that, by custom or contract, are vested in the Project architects, design engineers or any other design agencies or authorities. 3.2 Lab is not authorized to supervise, alter, relax, enlarge or release any requirement of the Project specifications or other contract documents nor to approve or accept any portion of the work. Lab does not have the right of rejection or the right to stop the work. City Engineer will direct the Project contractor to stop work at appropriate times for Lab to conduct the sampling, testing or inspection of operations covered by the Agreement. ARTICLE 4. FIELD MONITORING AND TESTING 4.1 City and Lab agree that Lab will be on-site to perform inspections for contracted services.The City and Lab also agree that Lab will not assume responsibility for Project contractor's means,methods,techniques,sequences or procedures of construction, and it is understood that the final services provided by Lab will not relieve the Project contractor of its responsibilities for performing the work in accordance with the Project plans and specifications. For the purposes of this Agreement,the word"inspection"is used to mean periodic observation of the work and the conducting of tests by Lab as specified in the Agreement. Continuous monitoring by Lab or its subcontractors does not mean that Lab is approving placement of materials. Inspection is not and should not be construed to be a warranty by Lab to the City or any other party. 4.2 Samples collected or tested by Lab remain the property of the City while in the custody of the Lab. Lab will retain the samples for a period of 60 days following the date of submission of any report related to the sample. Following the retention period, Lab will dispose of non-hazardous samples, and return hazardous, acutely toxic or radioactive samples and samples'containers and residues to City. City agrees to accept such samples and samples'containers. ARTICLE 5. STANDARD OF CARE AND WARRANTY Services performed by Lab will be conducted in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the profession currently practicing under similar conditions in the same locality. No other warranty either expressed or implied is made or intended by the Agreement or any reports. Lab will not be responsible for the interpretation or use by others of data developed by Lab. ARTICLE 6. INDEMNIFICATION Lab shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Lab or its agent, Lab under contract or another entity over which Lab exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Lab shall defend Indemnitee,with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Lab shall reimburse the City's reasonable attorney's fees in proportion to the Lab's liability. Lab must advise City in writing within 24 hours of any claim or demand against City or Lab known to Lab related to or arising out of Lab's activities under this Agreement. ARTICLE 7. INVOICES AND PAYMENT 7.1 Lab will submit progress invoices to City Engineer monthly and final invoice upon completion of services. Each invoice is due and payable by City within 30 days of receipt and approval to pay by the City Engineer. 7.2 All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. ARTICLE 8. INSURANCE REQUIREMENTS 8.1 Lab must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Lab must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 8.2 Lab must furnish to the Director of Engineering Services with the signed agreement (or amendment) a copy of the Certificate(s)of Insurance(COI)with applicable policy endorsements showing the following minimum coverage by an insurance company(s)acceptable to the City's Risk Manager.The City must be listed as an additional insured on the General Liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required Bodily Injury and Property Damage on all certificates or by applicable policy Per occurrence- aggregate endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) (Defense costs must be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have 3-year reporting period provisions and identify any limitations regarding who is insured. 8.3 In the event of accidents of any kind related to this agreement, Lab must furnish the City with copies of all reports of any accidents within 10 days of the accident. 8.4 Lab shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lab's sole expense, insurance coverage written on an occurrence basis, with the exception of professional liability, which may be on a per claims made basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Lab is required to provide City with renewal Certificates. 8.6 Lab is required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Lab shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 8.7 Lab agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: (a) List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement,as respects operations,completed operation and activities of,or on behalf of,the named insured performed under contract with the City,with the exception of the professional liability/Errors&Omissions policy; (b) Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; and (c) Provide thirty(30)calendar days advance written notice directly to City of any suspension,cancellation, non- renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 8.8 Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Lab shall provide a replacement Certificate of Insurance and applicable endorsements to City.City shall have the option to suspend Lab's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 8.9 In addition to any other remedies the City may have upon Lab's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Lab to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lab hereunder until Lab demonstrates compliance with the requirements hereof. 8.10 Nothing herein contained shall be construed as limiting in any way the extent to which Lab may be held responsible for payments of damages to persons or property resulting from Lab's or its subcontractor's performance of the work covered under this agreement. 8.11 It is agreed that Lab's insurance shall be deemed primary and non-contributory with respect to any insurance or self- insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 8.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. ARTICLE 9. TERMINATION OF AGREEMENT The City may, at any time, with or without cause, terminate this Agreement upon seven days written notice to Lab at the address of record. Lab will be compensated for services performed up to termination. ARTICLE 10. CONTROLLING LAW This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lie exclusively in Nueces County, Texas. ARTICLE 11. DISCLOSURE OF INTERESTS 11.1 Lab agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this Agreement, if required. 11.2 Lab agrees to comply with section 2252.908 of the Texas Government Code and complete Form 1295 Certificate of Interested Parties as part of this Agreement, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. 11.3 Lab agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city� secretary/conflict-disclosure/index. ARTICLE 12. CLAIMS 12.1 Claims arising from this Agreement shall be made in writing, sworn to and signed by an authorized representative. The responsibility to substantiate a claim rests with the party making the claim. 12.2 All negotiations pursuant to this Article are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.3 In calculating the amount of any Claim or any measure of damages for breach of contract, the following standards shall apply both to claims by Lab and to claims by City: 12.3.1 In no event shall either Party be liable,whether in contract or tort or otherwise, to the other Party for loss of profits,delay damages or for any special incidental or consequential loss or damage of any nature arising at any time or from any cause whatsoever; 12.3.2 Damages are limited to extra costs specifically shown to have been directly caused by a proven wrong for which the other Party is claimed to be responsible. ARTICLE 13. EXTENT OF AGREEMENT 13.1 This Agreement, including Exhibit"A"and these Terms and Conditions,represents the entire Agreement between City and Lab and supersedes all prior negotiation, representations or agreements,written or oral.This Agreement may be amended only by a written instrument signed by duly authorized representatives of City and Lab.If any conflict occurs between these Terms and Conditions and any other part of this Agreement, these Terms and Conditions are controlling. 13.2 In the event that any one or more of the provisions contained in this Agreement are for any reason held invalid, illegal or unenforceable in any respect,the remaining terms will be in full effect and this Agreementwill be construed as if the invalid or unenforceable matters were never included in this Agreement. No waiver of any default will be a waiver of any future default. 13.3 Neither party will assign this Agreement without the express written approval of the other, but Lab may subcontract laboratory procedures as Lab deems necessary to meet the obligations of this Agreement. ARTICLE 14. SAFETY City and Lab agree that, in accordance with the generally accepted construction practice,the Project's general contractor will be solely and completely responsible forworking conditions on the Project, including safety of all persons and property during the performance of the work and for compliance with all municipal, state and federal laws, rules and regulations, including OSHA. The duty of Lab in providing services is not,therefore, to include any review of, or responsibility for,the adequacy of the Project's general contractor's safety measures in, on or near the Project site. S EXHIBIT B c SCOPE OF WORK GEOTECHNICAL AND CONSTRUCTION MATERIAL TESTING a s Geotechnical Testing and Construction Material Testing — services that include specified geological and geotechnical field operations, laboratory testing and engineering analysis for various projects. Geotechnical Engineering The A/E shall perform geotechnical engineering services that include specified Geological and Geotechnical Field Operation, Testing Program and Engineering Analysis for various infrastructure construction projects identified in each task order. Materials Engineering The A/E shall perform and supervise all sampling, testing, inspection work, and related services for various infrastructure construction projects identified in each task order. Engineering Reports for Geotechnical and Materials Engineering The A/E will submit a Report of Findings for each task order. Reports may contain but are not limited to items such as: • A description of the field exploration and laboratory tests • maps of boring locations • Boring logs o Note (provide narrative of) the location of the bores relative to the street section in the report. For example, was the bore in the middle of the center turn lane, in the outer westbound lane, between the 2 eastbound lanes, approximately 1-ft from the edge of the gutter in the eastbound lane, etcetera. • A discussion of the engineering properties of the subsurface materials encountered • Trench excavation design parameters • OSHA soil type classification • Pavement Section recommendations o Include asphalt pavement options o If a thick pavement section is recommended (including surface, base, & subgrade), provide alternative options to reduce the thickness (i.e. multiple geogrid layers, increased hotmix, etc.). Notify the City PM to discuss prior to finalizing the report. o Include narrative of benefits/risks of proposed components o Recommendations for prolonging/protecting the pavement sections (i.e. not driving on unprotected base, backfilling within 48-hrs to protect base). • Design Parameters o 30 Year Design Life R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company ALKALI-SILICA REACTIVITY REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 1260 Potential Alkali Reactivity of Aggregate Mortar Bar Method Fine Aggregate 2UKFA $ 895.00 /ea Coarse Aggregate 2UKFF $ 1,193.25 /ea ASTM C 1260 Concrete Mix Design Initial Mix with Two Components 2UKFG $ 1,326.50 lea ASTM C 1567 Concrete Mix Design Initial Mix with Multiple Components 2UKFK $ 1,668.50 /ea ASTM C 1012 Lengh Change of Hydraulic-Cement Mortars Exposed to a Sulfate Solution 2UKFI $ 2,339.75 /ea ASTM C 227 Potential Alkali Reactivity of Cement-Aggregate Combinations Mortar Bar Method 2UKFB $ 845.75 /set ASTM C 1293 Concrete Aggregates by Determination of Length Change of Concrete Due to Alkali-Silica Reaction 2UKFC $ 2,386.50 /ea ASTM C 441 Effectiveness of Mineral Admixtures on Ground Blast Furnace Slag in Preventing Excessive Expansion of Concrete Due to Alkali-Silica Reaction 2UKFD $ 1,413.00 /mix APARTMENT STRUCTURAL OBSERVATION REFERENCE FIELD SERVICES UNIT RATES Shear Wall Anchorages 5Q430 $ 76.25 /hr Shear Wall Hurricane Straps 5Q431 $ 425,25 /hr Shear Wall Nailing Patterns 5Q432 $ 76.25 /hr Interior and Exterior Shear Walls 5Q433 $ 98.75 /hr Roof Trusses 5Q434 $ 98.75 /hr Floor Truss Framing 5Q435 $ 98.75 /hr City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 1 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company ASPHALTIC CONCRETE REFERENCE FIELD SERVICES UNIT RATES ASTM D 75 Sampling Raw Materials of Composite Mix Technician Time 5QT00 $ 69.00 /hr Asphalt Institute Asphaltic Plant Observation-To Verify Aggregate Size Manual and Quality,Batch Weights and Temperature Technician Time 5Q401 $ 83.50 /hr Asphalt Institute Asphaltic Site Observation-To Observe Preparation, Manual Laydown Operations,Asphaltic Concrete Temperatures, Mat Thickness and Mat Density Determination Technician Time 5Q419 $ 83.50 /hr ASTM D 2950 Nuclear Density Test with Inspection 5QOR5 $ 22.75 /ea Nuclear Density Test 5QOMO $ 29.25 /ea Coring(See Coring Fee Schedule) REFERENCE LABORATORY SERVICES UNIT RATES ASTM D 2172; Extraction Test,Bitumen Content,Aggregate Sieve Analysis TxDOT,TEX-210-F and Laboratory Density of Asphaltic Concrete 5UBMH $ 400.00 /ea ASTM D 2172; Extraction Test,Bitumen Content Only 5UBMF $ 204.50 /ea TxDOT,TEX-210-F Hveem, Molding Specimens TxDOT,TEX-206-F; Hveem or Marshall 5UBW3 $ 89.50 /set Marshall, ASTM D 1559 TxDOT,TEX-207-F; Laboratory Density Test 5UBJO $ 89.50 /set ASTM D 2726 a)Molded Specimen 5UBW3 $ 89.50 /set b)Asphalt Core(Technician Time) 5Q411 $ 69.00 /hr Laboratory Core Density 5X129 $ 30.00 /ea Hveem, Stability Test TxDOT,TEX-208-F; Hveem or Marshall(Hand Compactor) 5UB6L $ 95.75 /set Marshall, Hveem(Gyro Compactor) 5UB6Q $ 121.50 /set ASTM D 1559 Asphalt Institute Corp of Engineers or FAA 2QWZW $ 3,099.25 /ea Manual and TxDOT Quality Control/Quality Assurance 2QWZX $ 3,099.25 /ea TxDot; TxDOT CMHB 2UKVO $ 4,402.75 lea Mix Designs TxDOT Calibration Mix and Pans 2WC1N $ 517.50 /ea TxDOT Black Base Design,Item 345 2WC1 P $ 2,317.00 lea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 2 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company ASPHALTIC CONCRETE(Continued) REFERENCE LABORATORY SERVICES UNIT RATES TxDOT,TEX-200-F; Sieve Analysis of Aggregate 5UB4B $ 82.50 /ea ASTM C 136 TxDOT,TEX-203-F; Sand Equivalent Test 5UPL0 $ 126.00 /ea ASTM D 2419 AASHTO TP 33 Fine Aggregate Angularity 5WCNC $ 80.00 /ea ASTM D 4791-95 Flat and Elongated Particles 5UB6B $ 90.00 /ea TxDOT,TEX-201-F; Specific Gravity(Coarse or Fine Aggregate) 5UB5B $ 67.50 /ea ASTM C 127 TxDOT,TEX-201-F; Absorption(Coarse or Fine Aggregate) 5UBAB $ 98.00 /ea ASTM C 127 TxDOT,TEX-411-A; Sulfate Soundness(Time and Test) ASTM C 88 Preparation Time 20002 $ 76.25 /hr a)Magnesium-5 Cycle 21-1133S $ 715.75 lea b)Sodium-5 Cycle 2UB3T $ 715.75 lea ASTM C 131; Los Angeles Abrasion Test(Time and Test) ASTM C 535 Los Angeles Abrasion Test(Small or Large Coarse Aggregate)2UQR0 $ 358.00 /ea Asphalt Inst.SP-2 Superpave TM Mix Design(Includes Aggregate,Specific Gravity TxDOT,Item 3066 and Sieve Analysis)(Does Not Include TSR) 2VREA $ 9,579.00 lea AASHTO PP 28-95 TxDOT,TEX-227-F; Maximum Theoretical Specific Gravity(Rice Gravity) 5UBSo $ 145.75 /ea ASHTO T 209; ASTM D 2041 TxDOT,TEX-226-F; Moisture Sensitivity Test(Tensile Strength Ratio Test) AASHTO T 283; with Freeze/Thaw 2VRE0 $ 830.75 /ea ASTM D 4867 without Freeze/Thaw 2VRD0 $ 648.00 /ea TxDOT,Item 3157 Cold Processed-Recycled Paving Material(RPM) Mixture Design 2UB6S Upon Request Mixture Verifiction(QC)Strength, Stability(Hveem,Modified Marshall) 2UB6R $ 1,222.00 /set TxDOT,TEX-126-E Molding and Strength 2UB61 $ 594.25 /set TxDOT,TEX-208-F Molding and Hveem 5UB62 $ 225.50 /set (Modified) City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 3 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a k1wa company ASPHALTIC CONCRETE(Continued) UNIT RATES ASTM D 1559 Molding and Marshall 5UB63 $ 213.25 /set TxDOT,TEX-103-E Molded Moisture Content 2UQV0 $ 18.00 /ea TxDOT,TEX-461-A Micro-Deval Abrasion 2UL24 $ 358.00 /ea (2005); ASTM D 6928-10 City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 4 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company BUILDING ENVELOPE REFERENCE CONSULTING SERVICES UNIT RATES Senior Architect $ 238.50 /hr Senior Business Envelope Consultant $ 167.00 /hr Senior Project Manager $ 155.00 /hr Business Envelope Consultant $ 137.00 /hr Intern Architect $ 113.00 /hr Business Envelope Observer $ 107.00 /hr Business Envelope Technician $ 95.00 /hr Secretarial $ 71.50 /hr BLAST MONITORING REFERENCE FIELD SERVICES UNIT RATES USBM The Following Rates Include Travel Time Charges and Technician Time Charges Hourly Rate 5Q437 $ 99.00 /hr If Frequency Analysis is Required,R-K Needs to be Notified at Least 3-Days in Advance of Blast Monitoring Seismic Equipment Rental(Minimum of 1 Per Month; Technician Time Q437 $ 99.00 /hr Materials Engineer TS $ 203.00 /hr City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 5 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company BRICK REFERENCE FIELD SERVICES UNIT RATES Masonry Observations 5Q410 $ 87.50 /hr REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 62 Compressive Strength Preparation Time 50002 $ 75.00 /hr Saw Cut(If Required) 5UL20 $ 2.50 /sq.in. Compressive Strength Testing of Standard Size Specimens 5UFH0 $ 45.00 /ea Initial Rate of Absorption(Lab) 5UFAM $ 199.25 lea Absorption Test 5UFA0 $ 57.00 /ea Modulus of Rupture(Standard Size) 5UEA1 $ 387.25 /set Freeze/Thaw 2VGLV $ 589.75 /set Efflorescence 5UEA2 $ 589.75 /set Breaking Load 5UEA4 $ 318.75 /set City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 6 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company BUILT-UP ROOFING REFERENCE FIELD SERVICES UNIT RATES Observation by Materials Technician During Installation Including Verification of Materials,Asphalt Application Rates,Proper Lapping of Felt Material,Proper Insulation and Quantity of Aggregate 2Q410 $ 76.75 /hr REFERENCE LABORATORY SERVICES UNIT RATES Sample Testing and Analysis Including Determining Number of Felt Paper Plies,Weight of Interply Layers of Bituminous Material,Weight of Flood Coat and Weight of Aggregate Surface Materials,and Photographs of Each Item(Sampling by Others) ASTM D 3617 a) New Roofs Prior to Application of Flood Coat and Aggregate Surfacing 2UND6 $ 698.00 /sample ASTM D 2829 b) Existing Roofs 2UNE5 $ 793.75 /sample ROOF SURVEYS UNIT RATES Nuclear Gauge In-Place Moisture Measurements at 10-ft.Centers 2Q420 $ 76.75 /hr Moisture Plume Identification 2Q420 $ 76.75 /hr Roof Layout with Moisture Readings 2Q420 $ 76.75 /hr City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 7 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company CEMENT TREATED BASE/SUBGRADE REFERENCE FIELD SERVICES UNIT RATES PCA Sampling Raw Materials for Mix Verification Technician Time 5QT00 $ 69.00 /hr Sampling Contractor Processed Material Technician Time 5QT00 $ 69.00 /hr REFERENCE LABORATORY SERVICES UNIT RATES PCA Molding Controlled Processed Material 5VST5 $ 111.25 /ea PCA Unconfined Compressive Strength Testing 5VSGR $ 49.96 /ea ASTM D 559; Durability(2 Specimens Per Set)(Percent Loss in 12 Cycles) ASTM D 560 Wet Dry/Freeze Thaw 2VS90 $ 895.00 /set TxDOT,TEX-120-E Cement Series Curve Determination Including Five Atterberg Limits 2VSRS $ 687.50 /ea Mix Design PCA Mix Design-Cement Treated Base(Does Not Include TxDOT,TEX-120-E Durability) 2VSRR $ 1,915.00 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 8 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company CHEMICAL ADMIXTURE REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 494 Residue on Oven Drying 2UK1 V $ 57.00 /ea ASTM C 494 pH 2UKOW $ 26.25 /ea ASTM C 494 Specific Gravity by Hydrometer 2UK58 $ 31,00 /ea ASTM C 403 Setting Time by Hydraulic Penetrometer 2UKNY $ 188.50 lea ASTM C 494 Admixture Certification Program 2UKFE Upon Request ASTM C 260 Admixture Certification Program 2UKFE Upon Request City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 9 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company CONCRETE REFERENCE FIELD SERVICES UNIT RATES ASTM C 31; Sampling Concrete to Conduct Slump Tests,Measure Concrete ASTM C 172; Temperature,Cast Test Specimens and Transport ASTM C 143 Test Specimens to Laboratory Next Day Technician Time 5QT00 $ 69.00 /hr Pick-Up of Test Specimens 5Q055 $ 69.00 /hr Standby Time 5Q600 $ 69.00 /hr ASTM C 39; Cylinder Compressive Strength Testing and Reporting ASTM C 617 (In Conjunction with Sampling) a) 6x12 or 4x8-Normal Weight or Lightweight Structural (Minimum of4) 5QFXE $ 21.75 /ea b) 3x6-Lightweight Insulating Cellular (Minimum of 6-Includes Two Dry Densities) 5QNL0 $ 40.00 /ea c) "Hold"Cylinder(Additional Charge) 5QGP0 $ 15.00 /ea d) "Strip"Cylinder(Additional Charge) 5QGY0 $ 19.50 /ea e) Compressive Strength—2"x2"Cubes(Min.of 3) 5QFXG $ 25.75 /ea f) Compressive Strength—Grout Prizms(Min.of 3) 5QFXG $ 25.75 /ea g) Dry Density- Concrete Cylinder 5QGMH $ 72.00 /ea ASTM C 78 Flexural Strength Testing and Reporting (In Conjunction with Sampling Beams) 5QMXC $ 63.25 /ea Air Content(In Conjunction with Sampling) ASTM C 231 a) Pressure 5QBT0 $ 40.50 /ea ASTM C 173 b) Volumetric 5QB40 $ 53.50 /ea AASHTO T 199 c) Chase 5QBE0 $ 24.75 /ea ASTM C 138 Unit Weight 5QX00 $ 46.25 /ea ASTM C 143 Additional Slump Test 5QGWA $ 32.00 /ea ACI 311; Concrete Plant Observation-To Observe and Record Aggregate ACI 304 Types,Batch Weights,Concrete Consistency and Mixing Time Technician Time 5Q422 $ 82.50 /hr ACI 311; Concrete Site Observation-To Record the Consistency of Concrete, ACI 304 Verify and Adjust Slump within Project Specifications and Sample for Test Specimens Technician Time 5Q422 $ 82.50 /hr REFERENCE LABORATORY SERVICES UNIT RATES ACI 211.1 Hardrock Concrete Mix Design Calculations and Proportioning to Include Six Confirmatory Cylinders (Physical Properties Not Included) 5VUR0 $ 483.00 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 10 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company CONCRETE(Continued) REFERENCE LABORATORY SERVICES UNIT RATES ACI 211.1 (303.R) Architectural Mix Design 2VAR0 $ 534.50 /ea ACI 211.2 Lightweight Structural Mix Design 2VLR0 $ 502.00 /ea ASTM C 270 Masonry Mortar Mix Design Including Six Cubes and Water Retention(Physical Properties Not Included) 2VMVT $ 534.50 /ea ASTM C 1202 Chloride Ion Permeability 2QAOA $ 429.50 /set ASTM C 39 Cylinder Compressive Strength Testing and Reporting F.O.B.Cylinders to Our Laboratory 5VGGK $ 45.00 /ea ASTM C 496 Splitting Tensile Strength of Concrete Cylinders Tensile Test 2VT5B $ 143.75 lea ASTM C 666 Freeze-Thaw Test 5VGLV $ 589.00 /set ASTM C 469 Determination of Young's Modulus of Elasticity (Time,Test and Set-Up) 2VGJB $ 189.50 /ea ASTM C 803 Windsor Probe(includes Surface Preparation) 2VGLW $ 76.75 /hr ASTM C 805 Schmidt Rebound Number 5VGLX $ 139.50 /hr ASTM C 157 Length Change of Mortar or Concrete 5VGNN $ 1,193.25 /set City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 11 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company CONCRETE AGGREGATES REFERENCE FIELD SERVICES UNIT RATES ASTM D 75; Sampling Concrete Aggregates TxDOT,TEX-400-A Technician Time 5QT00 $ 69.00 /hr REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 566 Moisture Content 5UQV0 $ 15.00 /ea ASTM C 29; Unit Weight(Coarse or Fine) a) Loose 5UH9N $ 58.75 /ea b) Rodded 5UH9N $ 58.75 /ea ASTM C 127; Specific Gravity(Coarse or Fine) 5UB5B $ 67.50 /ea ASTM C 128; TxDOT,TEX-201-F ASTM C 123 Lightweight Particles(Plus Cost of Materials) 5UBM1 $ 93.75 /test Absorption ASTM C 127; a) Normal Weight Aggregate(Coarse or Fine) 5UHAQ $ 41.25 /ea ASTM C 128; b) Lightweight Aggregate(Coarse) 5UHAP $ 41.25 /ea TxDOT,TEX-201-F ASTM C 136; Sieve Analysis(Dry)for ASTM C 33 Specification TxDOT,TEX-401-A a) Coarse,Per Sample 5UH4J $ 72.00 /ea b) Fine,Per Sample 5UH4K $ 82.50 /ea ASTM C 117; Amount Finer Than No.200(Decantation) 5UH17 $ 90.00 /ea TxDOT,TEX-406-A ASTM C 131; Los Angeles Abrasion(Time and Test) 2UQR0 $ 358.00 /ea ASTM C 535 ASTM C 88; Sulfate Soundness(Time and Test) TxDOT,TEX-411-A Preparation Time 20002 $ 76.75 /hr a) Magnesium-5 Cycle 2UB3S $ 716.00 /ea b) Sodium-5 Cycle 2UB3T $ 716.00 /ea ASTM C 117; Physical Properties of Aggregates-Includes Decantation, ASTM C 29; Rodded Unit Weight,Specific Gravity,Absorption,Sieve ASTM C 127; Analysis and Moisture Content(Per Aggregate Type and Size) ASTM C 128; Conducted in Conjunction with Concrete Mix Design 5VGR3 $ 22.00 /ea ASTM C 136; Conducted Separate from Concrete Mix Design 5VG03 $ 300.75 /ea ASTM C 566; TxDOT,TEX-406-A; TxDOT,TEX-404-A; TxDOT,TEX-201-F; TxDOT,TEX-401-A City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 12 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company CONCRETE AGGREGATES(Continued) REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 40; Organic Impurities 5UHOU $ 62.25 /ea TxDOT,TEX-408-A ASTM C 2419; Sand Equivalent Values 5UPLO $ 126.00 /ea TxDOT,TEX-203-F ASTM C 142 Clay Lumps and Friable Particles 5UHGO $ 90.50 /ea ASTM C 641 Staining Materials in Lightweight Concrete Aggregate 5UH7P $ 90.50 /ea ASTM D 3042 Acid Insoluble Residue 2UHBO $ 310.00 /ea TxDOT,TEX 461-A Micro-Deval Abrasion 2UL24 $ 358.00 /ea CONCRETE MASONRY UNITS REFERENCE FIELD SERVICES UNIT RATES Masonry Observation 5Q515 $ 87.50 /hr REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 140 Compressive Strength Test Compressive Strength Test 5UEHO $ 105.50 /ea Absorption Test 5UEAO $ 72.00 /ea ASTM C 426 Drying Shrinkage of Concrete Block 2UEK1 $ 755.00 /pair ASTM C 1314 Compressive Strength CMU Prism 2QMPT $ 318.75 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 13 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company CORING REFERENCE FIELD SERVICES UNIT RATES ASTM C 42; Technician Time and Equipment ACI 318 a) One Man 5Q412 $ 82.50 /hr b) Two Men 5Q413 $ 142.50 /hr c) Reinforcing Steel Detector 5QKON $ 52.00 /day d) Coring Rig 5QKJY $ 159.50 /day e) Generator 5QKOZ $ 134.00 /day Bit Wear a) Limestone Aggregate 5QDOL $ 6.25 /in.-in. b) Quartz Aggregate(River Gravel) 5QDUO $ 7.25 /in.-in. REFERENCE LABORATORY SERVICES ASTM C 42 Sawed Ends for Compressive Strength Tests a) Limestone Aggregate 2UL20 $ 2.50 /sq.in. ASTM C 39; Compressive Strength of Concrete Cores Includes ASTM C 42; Measurements,Capping and Testing 5QFXF $ 34.00 /ea ASTM C 174; ASTM C 617 Report Photographs Cost+15% Laboratory Air-Dried Unit Weight 5QXAF $ 23.75 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 14 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company DRILLED-AND-UNDERREAMED PIERS REFERENCE FIELD SERVICES UNIT RATES This Service is Provided to Observe and/or Record the Following Items: ACI 336.1 a) Specification Dimensions of Shaft and Bell b) Identification of Foundation Bearing Stratum c) Cleanliness of the Pier Excavation Bottom d) Size,Grade,Length,Concrete Cover and Orientation of Reinforcing Steel e) Consistency of Concrete Placed in the Pier Technician Time a) Hourly BQ410 $ 87.50 /hr Cylinders Cast in Conjunction with Observation 5QFXE $ 21.75 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 15 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company FLY ASH REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 311 Moisture Content 2UQV0 $ 18.00 /ea ASTM C 311 Loss of Ignition 2WCU0 $ 51.50 /ea ASTM C 311 Available Alkalies 2WCE0 $ 149.50 /ea ASTM C 430 Fineness,No.325 Sieve Analysis 2WCN9 $ 92.75 lea ASTM C 311 Soundness,Autoclave 2WCD0 $ 334.25 /ea ASTM C 311 Pozzolanic Activity;Portland Cement 2WCXF $ 570.50 /ea ASTM C 311 Pozzolanic Activity;Lime 2WCXR $ 240.00 /ea ASTM C 311 Increase of Drying Shrinkage of Mortar Bar 2WCKU $ 435.75 /ea ASTM C 618 ASTM C 618 Chemical Analysis 2WCCG $ 552.50 /ea ASTM C 618 ASTM C 618 Physical Analysis 2WCCW $ 1,344.00 lea ASTM C 595 Water-Soluble Fraction 2WC5E $ 66.00 /ea ASTM C 188 Specific Gravity 2UK50 $ 92.75 lea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 16 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company GROUND PENETRATING RADAR(GPR)SERVICES REFERENCE FIELD SERVICES UNIT RATES ASTM D 6432 The following Rates Include Travel Time Charges and Technical Time Charges Hourly Rate Q80J $ 147.75 /hr GPR Equipment QQ80M $ 620.50 /day Materials Engineer TS $ 203.00 /hr City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 17 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a k1wa company LIME REFERENCE FIELD SERVICES UNIT RATES National Lime Continuous Observation to Monitor and Record Equipment Association Functions,Specific Gravity of the Lime Slurry and Observation of Stabilization Location and Depth Technician Time 5Q402 $ 86.50 /hr REFERENCE LABORATORY SERVICES UNIT RATES ASTM D 422; Sieve Analysis of Pulverized Materials for Gradation Compliance 5UQ4X $ 96.75 /ea TxDOT,TEX-101-E, Pt.11 ASTM D 4318; Lime Series Curve Determination Including Five Atterberg Limits 5VSPN $ 581.50 /ea TxDOT,TEX-112-E City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 18 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a k1wa company PORTLAND CEMENT REFERENCE LABORATORY SERVICES UNIT RATES ASTM C 183 Standard Method of Sampling Hydraulic Cement 2U005 $ 70.00 /hr ASTM C 109 Compressive Strength of Hydraulic Cement Mortars 2Q403 $ 36.00 /ea (Using 2-in.or 50mm Cube Specimen) ASTM C 185 Air Content of Hydraulic Cement Mortar 2WHAU $ 80.75 lea ASTM C 266; Time of Setting of Hydraulic Cement by Gillmore/Vicat Needles 2WHIN $ 88.50 lea ASTM C 191 ASTM C 151 Autoclave Expansion of Portland Cement 2WHD0 $ 318.75 /ea ASTM C 187 Normal Consistency of Hydraulic Cement 2WHWH $ 81.00 /ea ASTM C 188 Specific Gravity of Hydraulic Cement 2UR50 $ 92.75 /ea ASTM C 430 Fineness of Hydraulic Cement by the No.325 Sieve 2WCN9 $ 92.75 /ea ASTM C 451 Early Stiffening of Portland Cement(Paste Method) 2WHM0 $ 80.75 lea ASTM C 114 Chemical Analysis 2WHBG $ 585.00 lea ASTM C 91 Water Retention of Masonry Cement 2WH52 $ 149.25 lea ASTM C 150 Chemical Analysis 2WHBG $ 585.00 lea Physical Analysis 2WHBW $ 1,164.50 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 19 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company PRECAST CONCRETE PLANT OBSERVATION REFERENCE FIELD SERVICES UNIT RATES PCI MNL-117 Plant Observation-To Verify Compliance with the Project Specifications and Fabrication Drawings to Maintain Consistent Workmanship Materials Engineer $ 225.50 /hr Technician Time 5Q423 $ 87.50 /hr Cylinders 5QFXE $ 21.50 /ea Job-Site Erection Observation Technician Time 5Q423 $ 87.50 /hr City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 20 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company SOILS REFERENCE FIELD SERVICES UNIT RATES ASTM D 75 Sampling Subgrade,Fill or Base Technician Time 5QT00 $ 69.00 /hr In-Place Moisture-Density Tests Technician Time 5OTOO $ 69.00 /hr ASTM D 2922 Nuclear Density 5QOMO $ 29.25 /ea ASTM D 2167; Volumetric Density(Sand Cone or Balloon) 5QUMO $ 111.25 /ea ASTM D 1556 Fill and Embankment Observation-Testing for Compliance with the Project Specifications to Verify Proper Moisture and Compaction Conditions in Order to Produce a Quality Fill and Uniform Workmanship(Time,Test and Mileage) Technician Time(Hourly Rate) 5QT00 $ 69.00 /hr Proof Rolling Observation 5QT04 $ 69.00 /hr ASTM D 2922 Nuclear Density Tests with Observation 5QORO $ 23.00 /ea REFERENCE LABORATORY SERVICES UNIT RATES ASTM D 2216; Moisture Content 5UQVO $ 15.00 /ea TxDOT,TEX-103-E Atterberg Limits ASTM D 4318 a) ASTM or TxDOT(TEX-104,TEX-105-E,TEX-106-E) 5VRBG $ 118.00 /ea Shrinkage Limit in Conjunction with Atterberg Limits ASTM D 427 a) Volumetric 5WK2T $ 162.75 /ea b) Linear(TxDOT,TEX-107-E) 5WK2T $ 162.75 /ea ASTM D 422; Sieve Analysis TxDOT,TEX-101-E; a) Washed Through No.40(Up to 5 Sieves) 5WKR5 $ 81.00 /ea TxDOT,TEX-110-E b) Washed Through No.200(Up to 4 Sieves) 5WKR4 $ 131.75 /ea c) Additional Sieves 5WKRB $ 18.00 /ea ASTM D 1140 Amount Finer Than No.200 Sieve 5WKR8 $ 80.00 /ea Moisture-Density Relationship Preparation Time 5UO01 $ 74.00 /hr Corrosivity(pH,Chlorides,Sulfate,Resistivity) UH6P $ 554.00 /ea pH UHSJ $ 73.00 /ea Resistivity UHSL $ 374.00 /ea Sulfate Content(colorimetric method) UKF3 $ 125.75 /ea Chloride Content $ 72.00 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 21 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company SOILS(Continued) REFERENCE LABORATORY SERVICES UNIT RATES ASTM D 698; ASTM 5VRSF $ 324.00 /ea ASTM D 1557 AASHTO T 99; AASHTO 5VRSF $ 324.00 /ea AASHTO T 180 TxDOT,TEX-113-E; TxDOT 5VRSQ $ 384.25 /ea TxDOT,TEX-114-E MIL STD CE 55A Corps of Engineers 5VRSQ $ 384.25 /ea ASTM C 131; Los Angeles Abrasion(Time and Test) 2UQR0 $ 357.50 /ea ASTM D 535 ASTM D 1883 California Bearing Ratio-Short Method;Includes Moisture-Density Relationship and Three Test Specimens 5VRF1 $ 1,268.00 /set Each Additional Specimen 5VRFD $ 292.50 /ea TxDOT,TEX-117-E TxDOT Triaxial—Short Method;Includes Moisture-Density Relationship and Up to Six Test Specimens Part f 2VR62 $ 2,129.00 /set Part ff 5VR63 $ 1,911.75 /ea Each Additional Specimen 2VR6D $ 240.00 lea ASTM D 854; Specific Gravity 5UQ50 $ 131.25 /ea TxDOT,TEX-108-E ASTM D 422; Hydrometer Analysis(Includes Sample Preparation and TxDOT,TEX-110-E Grain Size Curve) 5WKRQ $ 437.75 /ea ASTM D 2166 Unit Weight 5WML0 $ 46.00 /ea TxDOT,TEX-116-E Wet Ball Mill 5WK60 $ 332.75 /ea TxDOT,TEX-107-E Shrinkage Limit 5WK2T $ 163.25 /ea Water Content and Visual Classification 5WO50 $ 20.75 /ea Unconfined Compression(includes unit dry weight) a) Soil Shelby Tube Specimens 5VP7L $ 69.00 /ea b) Rock Core Specimens 5VN7L $ 75.25 /ea (1) Sawed Specimen Ends 5UL21 $ 17.50 /end Triaxial Compression a) Unconsolidated-Undrained,Per Specimen 2WO46 $ 127.75 /ea b) Unconsolidated-Undrained,Multistage 2WF46 $ 442.25 lea Direct Shear a) Unconsolidated-Undrained 2WKI6 $ 352.25 /ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 22 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company SOILS(Continued) REFERENCE LABORATORY SERVICES UNIT RATES a) Consolidated-Drained(Sand) 2WIIE $ 743.75 /ea Consolidation without Hysteresis Loop(Not Including Specific Gravity) 2WKHO $ 914.00 /ea Consolidation with Hysteresis Loop(Not Including Specific Gravity) 2WDGO $ 1,094.00 /ea Swell Test a) Method"A" 2WLOY $ 1,617.00 /ea b) Method"B" 2WLOM $ 283.75 lea b) Method"C" 2WLOP $ 1,940.50 lea d) Modified Method"B" 2WL00 $ 251.75 lea City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 23 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a k1wa company STEEL REFERENCE AISC FIELD SERVICES UNIT RATES Observation-Fabrication Shop or Field Erection AWS D1.1 Certified Welding Inspector TS $ 158.00 /hr Technician Time 5Q423 $ 87.50 /hr Weldment Observation AISC Certified Welding Inspector TS $ 158.00 /hr Technician Time/Certified Associate Welding Inspector 5Q424 $ 90.00 /hr Bolt Torque Testing CRSI; Technician Time 5Q423 $ 89.00 /hr ASTM A 615 Reinforcing Steel CRSI, Sampling for Subsequent Lab Testing ACI 318 Technician Time 5QK5N $ 69.00 /hr Placement and Cross-Section Observation Materials Engineer 5Q425 $ 223.50 /hr PTI; Technician Time 5Q423 $ 87.50 /hr ACI 318 Pre-Tensioning Strands/Post-Tensioning Tendons Placement and Stressing Observation Materials Engineer 5Q425 $ 223.50 /hr AWS D1.1; Technician Time 5Q423 $ 87.50 /hr ASME Sec.IX Welders Tests Witness Qualification Welding 2QZ00 $ 168.00 /hr Qualification Welding Coupons AWS D1.1 a) 3/8-in.Coupon Cost+15% b) 1-in.Coupon Cost+15% Guided Bend Tests AWS D1.1 Bend Tests 5QWC0 $ 43.25 /ea Set-Up Charge,Per Day 2QJS0 $ 84.50 /day Tensile Tests(Test and Set-Up) Tensile Tests City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 24 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company STEEL(Continued) UNIT RATES Coupon Preparation and Machining Services Welder Qualification Positions 5QZ10 $ 148.25 /ea Radiographic Examination of Coupons 5Q100 $ 211.00 /ea REFERENCE ASTM A 370 LABORATORY SERVICES UNIT RATES Tension Tests a) Reinforcing Steel with Elongation 5QWZV $ 59.25 /ea b) Reduced Section Preparation(No. 14&No. 18) QWZO Cost+15% c) Set-Up Charge,Per Day 2QJSO $ 85.50 /day CONSULTANTS AND COORDINATION UNIT RATES Principal Engineer $ 273.00 to $ 459.25 /hr Managing Engineer $ 117.00 to $ 303.00 /hr Staff Engineer $ 140.75 to $ 243.00 /hr Laboratory Manager $ 109.75 to $ 217.25 /hr Construction Services Manager $ 109.75 to $ 217.25 /hr Project Management/Coordination Time $ 72.00 to $ 161.75 /hr Outside Professional Services Additional Insured $ 326.00 /ea Secretarial $ 72.00 to $ 121.50 /hr Word Processing $ 72.00 /hr Report Preparation and Administration $ 72.00 to $ 121.50 /hr City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 25 of 26 R A B A RABA KISTNER,INC. ' KISTNER CONSTRUCTION MATERIALS ENGINEERING AND TESTING SCHEDULE OF FEES a kiwa company ZONE CHART 2023 ZONE TRAVEL TIME MILEAGE CHARGE 0 0.25 $ 19.50 5RT99 1 0.50 $ 35.00 5RT01 2 1.00 $ 65.00 5RT02 3 1.25 $ 90.00 5RT03 4 1.50 $ 126.25 5RT04 5 2.00 $ 176.25 5RT05 Mileage greater than Zone 5(entire trip)use MapQuest $1.25/mile Actual Travel Time to be charged at approved project hourly rate. BASIC CHARGE 1. A Vehicle travel charge(refer to"Zone Chart"above)will be assessed for round trip travel from our office to the project site,material supplier,etc.and back to our office. 2. Service charges are based on the hourly rates stated herein and will be assessed from the time the Engineer or Technician leaves our office until he/she returns from the project site. 3. Any engineering and/or technician services provided on Saturday and all work in excess of"Normal"work hours,as stated herein,Monday through Friday,will be charged at an overtime rate of 1.5 times the appropriate hourly rate Our total cost of services is based upon the assumption that most services will be provided during"normal"work hours. Providing an excessive amount of services during days and/or hours requiring overtime rates may significantly increase the total cost of services shown herein. 4. "Normal"work hours are between 7:00 a.m.and 6:00 p.m.,including travel time to and from the site unless stated otherwise. Overtime charges will be assessed after eight(8)continuous hours of services rendered during"normal" work hours. 5. Minimum of 4 hours billing per visit to project site. 6. A fifteen(15)percent project management and administration cost will be added to all invoices. 7. Our opinion of probable cost for each proposal to be submitted is based upon an estimate of the construction materials engineering and testing services required to meet the project requirements. Because the general contractor has control over the project and determines the means and methods used to build/construct the project,our proposed scope of services is an estimate. On the basis of the general contractor's schedule,potential retesting of non-compliance items,weather related issues,the actual total services and fees may be higher or lower than the estimates in our proposal. RK will keep you CLIENT appraised of our billing in comparison to our opinion of probable cost(project budget) over the life of the project. All tests noted as retests of previously non-complaint areas will be billed to the CLIENT. RK will invoice these tests separately to allow CLIENT to segregate the charges from our normal charges. This will allow CLIENT to back charge the general contractor as necessary. CLIENT will be responsible for payment of all services rendered by RK for the project 8. RK will utilize the on-site initial field curing facilities provided by the contractor. The cost of providing and maintaining these initial curing facilities is not included in our proposal. City of Corpus Christi Master Service Agreement for Geotechnical Engineering and Construction Materials Testing Contract No.6473 26 of 26 R A B A 4 KISTNER RABA KISTNER, INC. a kiwa company GEOTECHNICAL ENGINEERING SERVICES SCHEDULE OF FEES GEOTECHNICAL ENGINEERING SERVICES REFERENCE FIELD SERVICES RATES Soil Boring (Solid Auger, Hollow Stem Auger, and Mud Rotary- Including Sampling) Soil (Existing Ground Surface to 50 ft.) $16.00/ft Soil (Below 50 ft.) $19.00/ft Soft Rock By Quote Nx Rock Core Rock Coring By Quote Field Logging Services Engineering Technician $ 69.00/hr Registered Geologist $172.50/hr Staff Engineer(E.I.T.) $160.75/hr Licensed Professional Engineer(P.E.) $224.00/hr Field Coordination Field Engineer(E.I.T.) $160.75/hr Engineering Technician (Flagman) $ 69.00/hr Mobilization Truck-Mounted Rig, Drill Crew and Support $337.25/Is Field Logger Trip Charge $1.25/mile (ARDCO 4x4 all terrain rig) Cost+ 15% Barge Mobilization and Rental Cost+ 15% Other Expenses/Charges Standby Time $261.50/hr Mileage—Non-Drilling Equipment $ 1.25/mile Grout/Bentonite Backfill $ 7.75/ft Dozer/Clearing Cost Cost+ 15% Concrete/AC Patch $56.50/ea Traffic Control—Signs, Barricades, etc. Cost+ 15% All Other Outside Expenses Cost+ 15% REFERENCE LABORATORY SERVICES RATES ASTM D 2217, D 4318 Plasticity Index(Atterberg Limits) $117.50/ea. ASTM D 2216; Moisture Content $ 15.00/ea TxDOT, TEX-103-E Shrinkage Limit in Conjunction with Atterberg Limits ASTM D 427 a)Volumetric $162.75/ea b) Linear(TxDOT, TEX-107-E) $162.75/ea ASTM D 422; Sieve Analysis TxDOT, TEX-101-E; a)Washed Through No. 40(Up to 5 Sieves) $ 81.00/ea TxDOT, TEX-110-E b)Washed Through No. 200(Up to 4 Sieves) $131.75/ea c)Additional Sieves $ 18.00/ea ASTM D 1140 Amount Finer Than No. 200 Sieve $ 80.00/ea City of Corpus Christi Master Service Agreement for Geotechnical Engineering&Construction Materials Testing Contract No.6473 Page 1 of 2 R A B A 4 KISTNER RABA KISTNER, INC. a kiwa company GEOTECHNICAL ENGINEERING SERVICES SCHEDULE OF FEES REFERENCE LABORATORY SERVICES RATES ASTM D 854; Specific Gravity $131.25/ea TxDOT, TEX-108-E ASTM D 422; Hydrometer Analysis(Includes Sample Preparation and TxDOT, TEX-110-E Grain Size Curve) $437.75/ea ASTM D 2166 Unit Dry Weight $ 45.00/ea ASTM 4318 Lime Series $ 563.00/ea ASTM D 2166 Unconfined Compression (Includes Unit Dry Weight) ASTM D 1938 a) Soil Shelby Tube Specimens $ 69.00/ea b) Rock Core Specimens $75.00/ea (1)Sawed Specimen Ends $ 17.50/end ASTM D 2850 Triaxial Compression Unconsolidated-Undrained, Multistage $442.25/ea ASTM D 3080 Direct Shear a) Unconsolidated-Undrained $ 352.25/ea b) Consolidated-Drained (Sand) $ 687.00/ea ASTM D 2435 Consolidation with Hysteresis Loop (Not Including Specific Gravity) $1,094.00/ea Corrosivity(pH, chloride,sulfate, resistivity) $ 554.00/ea pH $ 73.00/ea Resistivity $ 374.00/ea Sulfate Content $ 125.75/ea Chloride Content $ 72.00/ea Swell Test a) Method "A" $ 1,617.00/ea b) Method "B" $ 283.25/ea a) Method "C" $ 1,940.50/ea b) Modified Method "B" $ 251.75/ea GEOTECHNICAL ENGINEERING AND REPORTING SERVICES Principal Engineer(P.E.) $273.00 to 459.25/hr Licensed Professional Engineer(P.E.) $ 177.00 to 303.00/hr Staff Engineer, E.I.T. $ 140.50 to 243.00/hr Registered Geologist $ 172.50/hr Draftsman $ 114.25/hr Outside Professional Services Cost+ 15% Additional Insured $ 326.00/ea Secretarial $72.00 to 121.50/hr Vehicle Travel Charge $ 1.25/mile NOTE: Geotechnical engineering services costs will be computed based on the above referenced field, laboratory, and personnel and equipment unit rates once specific project(s) and related scope of service(s) have been identified. The fee schedule presented in this attachment is subject to an annual 4% increase to reflect the increases in costs in the provision of the services. City of Corpus Christi Master Service Agreement for Geotechnical Engineering&Construction Materials Testing Contract No.6473 Page 2 of 2 \ \ [ / / / ƒ ƒ ƒ ƒ / 2 I © o 0 0 0 0 0 0 • B // o 0 0 0 $ � a0 UO w \ (L � U & o o \ § Q � / W W 0 � � f @ R R Cl 69 R ? Ilk k o 0 0 0 § \ 0 > � � E 2 e r 2 3 2 � ¢ •S § @ � � � � � � O 2 2 £ k W Ct Q3 � > w q / o Q 2 R R C ta ? ? \ z p ■ , o 0 0 0LU = k k Co k _ 2 % \ � Co CO k 2 - 2 2 D Q o 2 2 a O 2 ■ 2 m o 0 0 0 WUJ \ t � :0 > 0 � � � � f ® � > e U « IL a £ k \ LL $ m 061), Cl Vy 6 � W m U U 2 k J I I CO m k k k k Q. co uj \ 2 t � & be p 7 . % •/ I $ o 0 0 o Q m I L % S $ E L o ■w CD§ U- m ■ m co 70 © § o m ■ «cn / © m c o v ƒ k 2@ 0 E 2 ca cl w k z U) � co < • DISCLOSURE OF INTERESTS Development Services Department 2406 Leopard St.Corpus Christi,TX 78408 i Phone:361.826.3240 platopplicationCacctexas.com City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". NAME: Raba Kistner, Inc. STREET: 2209 N. Padre Island Drive, Suite A CITY: Corpus Christi, Texas ZIP: 78408 FIRM is: ■❑ Corporation ❑ Partnership ❑ Sole Owner ❑Association ❑ Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm". Name Job Title and City Department (if known) None 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm". Name Title None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm". Name Board, Commission, or Committee None 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant None CERTIFICATE (To Be Notarized) I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Katrin Leonard, PE Title: Vice President (Print) 14 Signature of Certifying Person: Date: 3/24/2025 Land Development Division I Form No.4011 Revised 6/13/19 1 Page 1 of 2 DEFINITIONS �i Development Services Department 2406 Leopard St.Corpus Christi,TX 78408 i Phone:361.826.3240 i platapplication@cctexas.com a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Land Development Division I Form No.4011 Revised 6/13/19 1 Page 2 of 2 GS GS ACORD® DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 04/16/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain w� p y, policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT 'a NAME: AOn Risk Services Southwest, Inc. PHONE FAX Houston TX Office (A/C.No.1 (866) 283-7122 (A/C.No.): C800) 363-0105 -aa 1300 Post oak Blvd., suite 1400 E-MAIL 2 Houston TX 77056 USA ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC If INSURED INSURER A: National Union Fire Ins CO Of Pittsburgh 19445 Raba Kistner Consultants, Inc INSURERB: Commerce & Industry Ins Co 19410 12821 west Golden Lane surplus Lines Insurance Co 24319 INSURERC: Allied world sur San Antonio TX 78249 USA p INSURER D: Zurich American Ins Co 16S3S INSURER E: Illinois Union Insurance Company 27960 INSURER F: COVERAGES CERTIFICATE NUMBER: 570112128944 REVISION NUMBER: 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. Limits shown are as requested INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 5361923 01/01/2024 07/01/2025 EACH OCCURRENCE $1,000,000 CLAIMS-MADE F—X�OCCUR DAMAGE TO RENTED $1OO,OOO PREMISES(Ea occurrence) MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $10,000,000 X POLICY ❑PO- JET ❑LOC PRODUCTS-COMP/OPAGG $2,000,000 N OTHER: PER PROJECT GENERAL AGGRE( $2,000,000 0 r D AUTOMOBILE LIABILITY BAP 0305096-05 10/31/2024 10/31/2025 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 X ANY AUTO BODILY INJURY(Per person) a OWNED S NCHEDULED BODILY INJURY(Per accident) Z AUTOS ONLY AUTOS HIREDAUTOS NON-OWNED PROPERTY DAMAGE is ONLY AUTOS ONLY (Per accident) O t= N B X UMBRELLA LIAB OCCUR BE018993868 01/01/2024 07/01/2025 EACH OCCURRENCE $4,000,000 U X EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000 DIED I X RETENTION $10,000 D WORKERS COMPENSATION AND WC030509505 10/31/2024 10/31/2025 X I PER STATUTE DTTH- EMPLOYERS'LIABILITYJER YIN $1,000,000 ANY PROPRIETOR/PARTNER/ExEcuTME E.L.EACH ACCIDENT OFFICERMIEhIBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,00O c E&O - Professional Liability 03121277 12/31/2023 06/30/2025 Aggregate Limit $2,000,000 Primary 1Cl aims Made Each Claim $1,000,000 SIR applies per policy terns & condi ions DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) A waiver of Subrogation is granted in favor of City of Corpus Christi in accordance with the policy provisions of the General Liability, Automobile Liability, workers' Compensation, Professional Liability, Pollution Liability and umbrella Liability -y-• policies. 1� CERTIFICATE HOLDER CANCELLATION ES SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION — ■ DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. i city of Corpus Christi AUTHORIZED REPRESENTATIVE 1201 Leopard St. Corpus Christi Tx 78401 USA %1LLJ�OfcO cC/_.Y ©1988-2015 ACORD CORPORATION.All rights reserved ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000081474 LOC#: ACC ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMEDINSURED Aon Risk services southwest, Inc. Raba Kistner Consultants, Inc POLICY NUMBER see Certificate Number: 570112128944 CARRIER I NAIC CODE see Certificate Number: 570112128944 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S)AFFORDING COVERAGE NAIC# INSURER INSURER INSURER INSURER ADDITIONAL POLICIES if a policy below does not include limit information,refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR ADDL SUBR POLICY NIJVIBER LIMITS LTR TYPE OF INSIILINCE INSD WVD EFFECTIVE EXPIRATION DATE DATE (��ID7/DD/YYYY) OTHER E Contractors Pollution G466584898002 12/31/2024 06/30/2026 Aggregate $2,000,000 Liability claims-Made Limit Each Claim $1,000,000 ACORD 101(2008/01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD