Loading...
HomeMy WebLinkAboutC2008-478 - 11/20/2008 - NAAGREEMENT for GEOTECHNICAL SERVICES This AGREEMENT is between the City of Corpus Christi, Texas, a Texas home-rule municipal corporation, ACITY@, acting through its duly authorized City Manager or designee (ACity Engineer@), and Professional Services Industries (PSI), a Texas corporation or partnership, ALAB@, acting through its duly authorized representative who is Q~Qu~>1ta~i ~~(Name) Byane~ Y1~lanoo (Title), which agree as follows: 1. DECLARATIONS "CITY" desires to engage "LAB" to provide services in connection with City's project, described as follows: Corpus Christi International AiraortAircraft Rescue & Firefinhting Facility - 2008 - Geotechnical - Project No. 10025 APROJECT@. 2. SCOPE OF WORK "LAB" shall provide services to the PROJECT in accordance with the accompanying Scope of Services and Fee Schedule attached as "Exhibit A" and the Terms and Conditions to AGREEMENT attached as "Exhibit B". 3. FEE The "CITY" agrees to pay the "LAB" for services provided in accordance with Exhibit "A", Scope of Services and Fee Schedule under this AGREEMENT, a total fee not to exceed $6.745.00 (in figures), (Six Thousand Seven Hundred Forty Five and no/xx dollars (in words). 4. CITY'S DISCLOSURE OF HAZARDOUS & TOXIC MATERIALS AND CONDITIONS AT T~-IE PROJECT SITE. "CITY" warrants to "LAB" that to the best of its knowledge, based u on currently available information, the only hazardous or toxic materials, as defined by the laws and regulations of the Federal government, the state, and city which exist at the PROJECT SITE are as follows: None "CITY" acknowledges and confirms that "LAB" is relying upon the above warranty in undertaking to perform the services described in this AGREEMENT. CITY OF CORPUS CHRISTI LAB: Oscar Martinez (Date) (SIGI A E) Assistant City Manager ATTEST: I ~ - ~ ~l - 0 $ ~' l j ~Og (Date) 810 South Padre Island Drive Kevin R. Stowers (Date) (Address) __ Interim Director.- Engineering Services Corpus Christi, TX 78416 (City/State/Zip) APPR VED AS TO FORM: 361-854-4801 Fax: 361-854-6049 ~n~~ LC 'y /~.,~ (Phone/Fax No.) 2008-478 ( ate) ~~`('J 11/20/08 -101066 ~ ~` ¢07' ~f Page 1 of 1 pSI ~-101066 ~ 3.~7.'~j~ AfiMANDO CfiAPA CITY SECRETAR" r~~~ ~ i Information ~I~`ri .ToBuild On Eng(neering • Constu(tlng • 7~sf(ng August 21, 2008 Mr. Kevin Stowers Interim Director of Engineering Services City of Corpus Christi Corpus Christi International Airport 1201 Leopard Street, Third Floor Corpus Christi, Texas 78401 Re: REVISED GEOTECHNICAL ENGINEERING STUDY Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas PSI Proposal No. 325-85026-A1 Dear Mr. Stowers Professional Service Industries, Inc. (PSI) is proposal to provide a Geotechnical Engineering which is planned to be located at the Corpus Christi, Texas. very pleased to submit this revised Study (GES) for the referenced project Christi International Airport in Corpus It is understood that PSI has been selected to perform the geotechnical engineering for this project. We further understand that this is a publicly funded project and by providing this fee information we are not bidding on the project, rather entering into negotiations for the geotechnical services. Our Team offers you exceptional qualifications and experience. PSI combines the experience of our local offices with the resources of a nationally recognized consulting firm. Some of the unique benefits our team offers are: Experience -PSI has over 25 years experience in the Coastal Bend area with multiple project experience for private and public clientele. - •Existing-In#ormation -PSI has conducted several geotechnical explorations- -- near the proposed project site and has a thorough understanding of the subsurface conditions in the area. Furthermore, PSI's geotechnical study will provide pavement and foundation options that will allow for consideration of a cost effective pavement and foundation scheme and/or owner preference. Immediate Availability -With local facilities/laboratories, PSI has available local drilling, laboratory, and labor resources to complete this project in a timely manner. Professional Service Industries, Inc. • 810 South Padre Islantl Drive • Corpus Christi, TX 78416 • Phone 361/854-4801 • Fex 361/854-6049 Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas. City of Corpus Christi Proposal No. 325-85026-A1 • Full Service - We routinely perform geotechnical engineering and construction materials testing from our South Texas offices, which are supported by 125 offices across North America. Should special needs arise, we also provide consulting services in the Environmental Consulting, Facilities and Roofing Consulting, Specialty Engineering and Testing, and Industrial Hygiene Services. As proud Coastal Bend residents, we consider development and growth in this area a key part of our quality of life. REQUESTED SCOPE OF SERVICES Project information used to prepare this proposal was obtained during a site visit by PSI personnel with Mr. Mike Lawrence, P.E., of PGAL, on August 12, 2008. Representatives of the Corpus Christi International Airport were also present during the site visit. Mr. Lawrence took PSI personnel to the site and identified the location of the proposed concrete pavement removal and replacement, and the location of the proposed new concrete pavement road area. Mr. Lawrence requested coring of the existing concrete pavements and performance of soil test borings within the existing concrete pavement areas. If possible, the approximately four (4) inch diameter concrete cores were to be tested for compressive strength. Soil test borings were also requested in the proposed new concrete pavement area. Mr. Lawrence requested that soil test borings in existing pavement areas and in the proposed new pavement area extend to a depth of approximately ten (10) feet below existing site grade. In addition, Mr. Lawrence agreed to allow one (1) of the proposed borings in the existing pavement area (the boring is also adjacent to the existing building) to extend to a depth of approximately 50 feet below the existing concrete pavement surface of the site. A total of four (4) soil test borings are planned. We have assumed that each of the test borings will be staked by the City of Corpus Christi and/or by PGAL. PSI has not included a separate cost for staking of the 22 soil test borings. The information obtained from the deeper boring can be used to prepare foundation and floor slab recommendations for construction of an addition to the existing structure if this work-is-planned If~n addition is planned, a deep foundation system consisting of drilled piers or auger cast-in-place piles will reportedly be used. The existing structure has steel and masonry framing. We were also requested to provide concrete pavement design recommendations for the site of the proposed ARFF Station Improvements. PSI has prepared this proposal based on the assumption that the design of the pavements can be performed based on an assumed California Bearing Ratio (CBR) value of two (2) which is based on our prior experience with the existing Fat Clay soils at the site. ~~~ Page 2 of 12 Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas. PROJECT INFORMATION City of Corpus Christi Proposal No. 325-85026-A7 Based on the information provided to PSI, we understand that current plans are to remove and replace some of the existing concrete pavements at the ARFF Station. Truck traffic is expected for the proposed replacement and new concrete pavements. We also understand that an addition to the ARFF Station building may be constructed at the site. In addition, a planned 25 foot to 30 foot wide new concrete road pavement will also be constructed at the site. If performed, the proposed building addition will match that of the existing structure. However, specific information regarding the loads on the walls and columns of the addition has not been provided to PSI at the time this proposal was prepared. The topographic plan and the Finished Floor Elevation (FFE) were not provided to PSI. However, the site is fairly level and It is understood that the pavements and the floor slab will be located at or slightly above the final site grade. Pavements will include concrete pavements. Concrete pavements will require a prepared sub-grade and/or required base materials below the pavements. SCOPE OF SERVICES Our proposal for this study will include the following services: Drilling will include a total of two (2) exploratory test borings in the existing concrete pavement area and two (2) exploratory test borings in the proposed concrete road pavement area. The proposed pavement boring located adjacent to the possible building area addition will be drilled to a depth of about 50 feet below the existing pavement surface, and the other pavement borings will be drilled to a depth of about ten (10) feet below the existing pavement or ground surface. PSI will contact a utility clearance group by calling an (800) or (888) telephone number and providing the location of the proposed borings. • It should be noted that this proposal was prepared based on the four (4) test borings and an assumed CBR value of two (2). If additional test borings or CBR testing are required, the fees for PSI to perform - - ~>~rk will- need to be increased on a unit price basis. Additional costs will be addressed in a Change Order and submitted to the City of Corpus Christi for approval prior to performing the additional drilling and CBR testing. • Sampling the subsurface materials and limited observation of groundwater conditions in each test boring. ~~~ Page 3 of 12 Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas. City of Corpus Christi Proposal No. 325-85026-A7 • Visual classification by a technician, degreed geologist, or degreed engineer of the subsurface materials encountered during sampling and testing. • Backfilling of boreholes with soil after groundwater observations are performed for borings located in grass areas. • Backfilling of boreholes with grout after groundwater observations are performed for borings located in concrete pavement areas. • Laboratory testing of selected soil samples obtained from the test borings. • Recommendations for the concrete pavement and provision of data for use in pavement design and construction. • Recommendations of the type or types of deep foundations that would be suitable for the possible proposed building addition and provision of data for use in foundation design and construction. • Recommendations for preparing/constructing the possible addition building pad to reduce potential soil-related movements. • Recommendations for general rigid pavement thicknesses and material specifications. PROJECT APPROACH The project approach presented herein is tailored specifically to the project described in the preceding section. If any items such as underground structures, signs, retaining walls, detention ponds, etc. will be a part of this project and are not discussed above, please contact this office so that we can revise our proposed scope and cost to fit your needs. FIELD EXPLORATION Based on the project description, site geology, and requested scope of services, the site subsurface conditions will be evaluated by drilling the four (4) exploratory test borings. Two (2) test borings will be drilled within the existing concrete pavement footprint area, and two (2) test borings will be drilled within the planned concrete pavement area. Three (3) of the borings will be drilled to depths of approximately ten (10) feet below existing site grades. One (1) soil test boring will be drilled to about 50 feet below the surface of the site. ~~~ Page 4 of 12 Proposed ARFF Station Improvements City of Corpus Christi Corpus Christi International Airport Proposal No. 325-85026-A1 Corpus Christi, Texas. Soil samples will generally be obtained at the ground surface, strata changes, or at maximum intervals of five (5) feet. Penetration resistance testing and undisturbed sample collection will be performed in general accordance with the requirements of ASTM Designations D 1586 and D 1587 respectively. Test borings will be located in the field by PSI's drilling personnel by using the previously staked boring locations. All samples will be sealed at the site to prevent loss of moisture and disturbance during transportation to the laboratory for classification and a limited number of engineering properties tests. PSI will leave any soil cuttings not used for backfilling of the soil borings at the drilling locations. PSI will not be responsible for the transportation, treatment, and/or disposal of the materials generated from the drilling operations. PSI will contact Digress or a similar company for public utility clearance prior to the start of drilling activities. It is our experience that this service does not mark the locations of privately owned utilities. Our proposal assumes that private utility lines and other subsurface appurtenances will be located in the field by our client and/or the property owner prior to our mobilization. Some damage to the ground surface may result from the drilling operations near the work areas and along ingress/egress pathways. We will attempt to limit such damage, but no restoration other than soil backfilling is included. Though we will make every effort to locate irrigation systems we assume no responsibility for broken irrigation lines, heads, or associated equipment. LABORATORY ANALYSIS The nature and extent of the laboratory testing program will be dependent upon the subsurface conditions observed during our field exploration operations, and may include Atterberg limits determinations, unconfined compressive strength tests, concrete compressive strengths, triaxial compressive strength tests, unit dry weights, sieve analyses, and moisture content determinations as necessary to identify the engineering characteristics of the soil. ENGINEERING ANALYSIS AND RECOMMENDATIONS The results of the field exploration and laboratory testing will be used in the engineering analysis and in the formulation of our recommendations. The results of the subsurface exploration, including the recommendations and the data on which they are based, will be presented in a written report. Our estimate covers the work needed to present our findings and recommendations in a report form, to include: ~~~ Page 5 of 12 Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas. City of Corpus Christi Proposal No. 325-85026-A1 • Logs of test borings and a plan showing the approximate locations of the test borings. • Description of the drilling and sampling program, description of the geology and subsurface conditions encountered, observed/measured groundwater conditions, and laboratory test results. • Recommendations for general rigid pavement thickness and material specifications. • Possible recommendations for the proposed addition deep foundation types and designs including the recommended bearing strata and net allowable soil bearing pressures. • Estimated settlement of the proposed building addition. • Discussion of site soil conditions that may impact design and construction. Three (3) copies and an e-mailed (PDF) copy of the final report will be provided. Not included are reviews of pavement and foundation drawings, preparation of construction specifications, special conferences, and any other work requested after submittal of our report. PSI would, however, be pleased to provide additional services on a unit price basis. The services proposed herein are conventional in nature and do not include any special services that may lessen the risk of conditions that can contribute to moisture, mold, or other microbial contaminant amplification in buildings. Mold is abundant throughout nature and is comprised of a wide variety of microscopic fungi. Due to its nature, the potential for mold infestations cannot be completely eliminated. However, PSI offers a wide array of professional Moisture, Waterproofing, Roofing and Indoor Air Quality/Mold Consulting services that can help reduce the likelihood of future occurrences. PSI is interested in discussing these service options with you to suit your specific needs and project objectives. If requested, PSI will submit a proposal for these additional services under a separate cover for your review and authorization. COMPENSATION __ _ __ The following estimated fee for the performance of the above outlined services was determined on a unit price basis in accordance with the attached Schedule of Services and Fees. The work will be performed pursuant to the PSI General Conditions. Copies of the PSI Schedule of Services and Fees and General Conditions are enclosed herewith and incorporated into this proposal. On the basis of the estimated quantities and the Schedule of Services and Fees, the total estimated lump sum fee will be $6,745.00. A project cost breakdown is as follows: ~~~ Page 6 of 12 Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas. Field Exploration Trip charge to Observe Staked Borings .....................$ Engineer/Geologist (Travel & Observe Staked Borings) - 3 hours @ $90 ................................................. $ Utility Clearance & Coordination Project Manager - 4 hours @ $90 ............................... Trip charge to Core Concrete at Borings ................ Concrete Coring Equipment per day .......................... Engineering Technician (Concrete Coring) - 8 hours @ $45/hour .................................................. Mobilization ..................................................... Drilling and Sampling (0' - 100') - 80 LF @ $13/foot ...................................................... Grout to Backfill Borings in Existing Concrete Pavement City of Corpus Christi Proposal No. 325-85026-A1 50.00 270.00 .. $ 360.00 ..$ 50.00 .. $ 150.00 .. $ 360.00 ..$ 440.00 $ 1,040.00 Engineering Technician (Logging of Test Borings) - 10 hours Cat $45/hour ................................................... $ 100.00 450.00 Total Field Estimate ............... $ 3,270.00 Laboratory Analysis Concrete Compressive Strength (Preparation & Testing) 2 @ $150 ea ............................................................. ...... $ 300.00 Atterberg Limits determination - 8 @ $46 ea ............ ...... $ 368.00 Sieve Analysis (< No. 200) - 5 @ $38 ea .............. ...... $ 190.00 Moisture Content - 17 @ $10 ea ........................... ...... $ 170.00 UU Triaxial Tests - 3 @ $95 ea ............................. ...... $ 285.00 Unconfined Compression Test - 10 ~ $34 ea ...... ...... $ 340.00 Total Laboratory Estimate .....................$ 1,653.00 Engineering Analysis and Report Principal Engineer - 4 hours @ $163 ............................. $ 652.00 Project Manager- 12 hours @ $90/hour ..................... $1,080.00 Administrative/Clerical 2 hours CcD. $45/hour ................ $ 90.00 Total Engineering Estimate ............... $1,822.00 FINAL ESTIMATED TOTAL ..................... $6,745.00 Not included are costs associated with locating underground utilities, clearing vegetation in order to gain access to the site, or test boring locations, reviewing foundation drawings, preparing construction specifications, attending special conferences, and any other work requested following completion of the above services. Our fees are based on the use of truck mounted drilling rigs. The cost of additional equipment to provide access will be billed at cost plus 15%. Our fees may be increased by up to 5% to mitigate any additional risk bom by PSI by the alteration or exclusion of our General Conditions. Page 7 of 12 Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas. SCHEDULE City of Corpus Christi Proposal No. 325-85026-Ai If PSI is in receipt of written authorization to proceed and is allowed to begin clearing utilities, and provided the site is accessible to a truck mounted drilling rig, weather permitting, PSI can complete the utility clearance and drilling within one and one-half (1'/~) weeks after authorization to perform the work. Laboratory testing can be performed within approximately two (2) weeks after completion of drilling operations. PSI can provide a report approximately three (3) weeks after completion of drilling operations. PSI will proceed with the work on the basis of written authorization. To provide written authorization, please sign and return one copy of this proposal. When returning the proposal, please complete the attached Project Data Sheet so that PSI may better serve your project. Additionally, upon your request, PSI would be pleased to provide a proposal for Construction Materials Testing Services for this project. PSI appreciates the opportunity to offer its services on this project and looks forward to working with you during the design phase. If you have questions concerning this proposal and the services PSI can provide your project, please contact us at (361) 854- 4801. Respectfully Submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. el arkar, EIT Koi Z. Woodson, P.E. Project Manager Principal Engineer Cc.: City of Corpus Christi; Mr. Kevin Stowers City of Corpus Christi; Mr. Victor Gonzales PGAL; Mr. Mike Lawrence, P.E. Attachments: Project Data Sheet Schedule of Services and Fees General Conditions ~~~ Page 8 of 12 Proposed ARFF Station Improvements Corpus Christi International Airport Corpus Christi, Texas. City of Corpus Christi Proposal No. 325-85026-Ai In addition to Geotechnical Engineering, PSI performs a complete range of Environmental Consulting Services and Construction Materials Testing Services. In addition to those listed above, your project can be provided with the following: * Environmental Site Assessments Wetland Investigations * Construction Materials Testing Asbestos Sampling & Testing * Roof Testing & Inspections * Fireproofing Inspection * Hydrologic/Hydraulic Engineering * Indoor Air Quality Studies * Lead Based Paint Testing * Floor Flatness Testing /v.~i . Page 9 of 12 Proposed ARFF Station Improvements City of Corpus Christi Corpus Christi International Airport Proposal No. 325-85026-A1 Corpus Christi, Texas. PROPOSAL ACCEPTANCE: AGREED TO, THIS DAY OF , 2008 BY (please print): TITLE: COMPANY: SIGNATURE: PROJECT INFORMATION: 1. Project Name: 2. Project Location: 3. Your Job No.: Purchase Order No.: 4. Project Manager: Telephone No.: Fax No.: 5. Number and Distribution of Reports: ( )Copies To: ( )Copies To: 6. Invoicing 7. Type of Structure: Number of Floors: 8 Special Equipment or Installation: . 9. Maximum Column Load: Live: Dead: 10. FloorSlab-Load- Slab on Grade: BasemenUDepth: 11. Will elevation of site be raised by filling: How Much: 12. Pavement Type: Traffic Load: Traffic Type: 13. Other Pertinent information: ~~~ Page 10 of 12 Proposed ARFF Station Improvements City of Corpus Christi Corpus Christi International Airport Proposal No. 325-85026-A1 Corpus Christi, Texas. PROFESSIONAL SERVICE INDUSTRIES, INC. SCHEDULE OF SERVICES AND FEES 2008-A Chief Engineer/SGenlist._.... ...._. ................. .__.... _..._._ ......... .... ........Per HOUr $168.00 Regional Ergineer/Senior TechnicalProfessional ............ __._. .._._ .. .................. .......Per HOUr $163.00 Senior Prolad EigineerlProlessional Engineer .._._.. _ .............._ .............. ...................per HOUr $126.00 ProleG Engineer/SGenlisVGeolo9 st _....... .._._._ .. ............... _........ _._..........._Per HOUr $ 95.W Gratluate Ergineer/Project Manager .............._ ..._........ .._._._ ...._._._.. ...._._._...._.___...Per HOUr $90.00 Stag SGenlisls/Geologist __ . .............._ _....... .._._...._ .._......_._.. . . _.............. ___._per HOUr $65.00 Oraflin9..... _._........ ._._._ ............_._. ............. _._.... ... ................per HOUr S 53.00 Clerical...... ... ....._ _ ... ..........._. _.._..... _._.... ..... .........Per Hour $ 45.00 Geotechnical -Field Services Mobilization of TmckMwntetl Dnll unit ROUntl Trip, per mile (mnimum $440.00).. ._.........._ .............. .__. Per Mile $ 595 Mobilization ofAN Mounted Dnll unit ROUntl Trip, per mile (minimum $690.00).... .._.........._ _.._........... .___. Per Mile $ 690 Support Services intlutling Such Items as Rental Equipment Expentlable Supplies, ConVaG Personnel, antl PermAS .............. _.._....... _._..... _._......._....Earh Cost N5% Per Diem, Per Mai ........._.. ........... _..... ...._ ....._._._.. ...._._._._.__.....Per DaY $ 95.00 Soil Sampling with Duck mounted drill rig Using Shelby Tubes and Split-Bartel Samplers Intermittent Sampling at 5 Foot Intervals 0.50 Faat Depth _._. ....._.._._ ._.. ........._ .. ................ __._....... .................... Per Faot $1300 50.100 FOOL DePth......._. ..........._ .._.... _._._ _._._. ... ............per Faot $18.00 Continuous Sampling 0.10 FOOL OePth _.__. .._._._ .............._. ................ ............._. _............ ...Per FCOt $1000 10.W FOOL DePIh ...... ...._._._ ................. _................ ..................... ...Per FCOt $2D00 Soil Samp'iy with AN mountetl drill rig Using Shelby Tubes and Split-Barrel Samplers Intermiflenl Sampling a15 FOeI Intervals 0.50 FOOL DePIh __. ._._._.. ....._._. ........_._._.. ......._._._ . ..............._.___....Per FOOL $15.00 50.100 Foot DePN _._... ..._._. .._._._ ......._._._.. ........._._._ .................... .....Per FOOL 520.00 Continuous Samging 0-10 FOOL Depth..........._ ............. ._......... _....... _....... ...................per FOOL 82000 10.50 FOOL Depth _._._.. ..._.... __._.. ._._._. _._.... ........... .......Per Foot $22.00 Auger Drilling Wthoul Sampling ......_ .........__.. ......._._._. ....._._._ . . ..........................Per FOOL $10.00 Rock Coring with N% Size Cwe Banal 450 Foot Depth, Carbide Bit _._.......... _.._........ .._...... _....... ......................Per Foot $ 24.00 50.75 FOOL Depth, Carbide Bit _....... _........ _.__._. .. _._... .. ..................per Faol $29.50 Diamontl eits,Rrequiretl .._._._ ........_._._ .. ............._._ ............_._ . ................. ... ....Per Each Cost +15% CME S'Ccetinuous Sampler 0-50'DePlh....... ..........._ . ............._ _........._._ . .. .................... ...Per Run $90.00 Stand-BY Or Access Time..... ........... __....... _...... _._...... ...................per HOUr $160.00 Dnllirg with Augw Rig, (Minimum 4hcurs)...... ..._.... _._... _. _...... ..............per HCUr $200.00 Fieltl Electrical Resistiviy (Wenner4 Pin Method) ....._._._. ........._._.. ....._._._ .. .............__.___..Each $660.00 Laboratory Testino Services Atleibarg Limits'. Each $46.00 Soils..... .._._... _........ _._.... _....... _._....... Soils wAh additive _._.... ...__.... ._........_ .._._.........___._ __._........._._EaM $54.50 Grain Size Analysis-MechanicelBHYdrometer ........_._._. ....._._._ .._._._ ._.__.._......_Eech $152.00 Sieve Analysis. ....._._.__ ....._._._ ........_.._._ .._._._._ .._._._ ._._.__........EaW $ 60.00 Material Finer than p200 Sieve ........... ............. ............_ _............._ _. ......... _.. .____Each $38.00 Mdsture Coolant Determination _......... .......... _ ............._ .........._._.. .. ............_____....Each $ 1000 SP~cGravity _._._.__. _._.. ._._... _........ .......... _._ ................_._.Eatlr $44.00 DensflY antl Mdsture Content ....._._.. ......_..... __........ _._........... _._.........._......._Each $ 2200 Unconfined Compressive Strength: Each $34.00 Soil....... _.._........ _............_. _._........ _ .. ............_._. ....._._._. Rotlc. _. _.... _._.... _.......... _.........._ . .._._....__....._ .............._ ___._Each 344.00 Mdsture Density Relationship Earh $190.00 ASTM D698 (Standartl)... ..........._ .........._._. ....._..._. ._.._... _._ .............. Earn $190.00 ASTMD155](MOdihetl)... _........_ ........_._. ....._._._ _._._ _.. ...... Per Earh $40.00 Sample Preparation ...___ _._._ _._.... _............ ..........._ _.. ._.. .. Toaxial Test Unconsolidatetl-Untlrained ....._... ........._... ._._._ ._._... __ ............._..Per SPedmen S 9500 Unconsolidatetl-UMrainetl, Multiple Stage. ....._._._ ......._._._._ ....____ _.__ .............Per Stage $490.00 Consolidatetl-Undrainetl with Pwe Pressure Measurement.. ... _........... _ ............ ................. .......Per Spedmen $]]0.00 Consolidatetl-Undrained wiU Pwe Pressure Measuremen4 Multiple Stage .............._....._.........._._...... ...........................per Stage $995.00 Consolidation Test __.._. _......... ._........ _ ............._. ....._...._.. ...._._._..........Each $403.00 Consolitlate6Drained Direct Shear _..... .......... _.........._. ............. ............... ..........Per Point $163.00 Percent Swell _.._......_. ........._. ....._._._. .__._. ._._........ __ ............._...._Each $ 84.00 CalROmia Bearing RdUe....... _ ............... .. ... ............. ........_...._ ._._.... _..................._Earn $71000 THD TOaxial .................. ........_.._.... _.._._. _......... _._......._._. . ..............._ ___._Each $1323.00 Permeability Test Each $125.00 Failing Head ._._... _.......... .........._. ........_...._ ........_... _._._........... EaM $390.00 -_. -TOaxiaf .......:...._.. _....... _._.......... _.........._.. ....._._._.... pH Lime Series (ASM C9]7) ........._._ .._._.._._ .__...... ..._.._........ _ ......._ "_..._ .__...._ ..... ........Per Sample $160.00 EleGdcal Resistivity, Wenner FOw-Electrode Melhotl .._.._..... __._.. ..._........ _......._. .._..._.Each $52000 Unit prices ate in effect for 6 months from the date of the proposal and are sublect to chance without notice 0areatler. Overtime rates will be applicable for services performed in ezcess of B hours per tlay Monday through Fritlay antl for all hours wonted on Saturdays, Sundays and holitlays. The overtime rate will be 1.51imes the applicable hourly rate. All rates are billed on a portal to portal basis. Transportation antl per diem will be charged al the applicable tale. Rates involving mileage (inGutling transportation, mobilization, vehicle and Trip charges) are subject to change based upon inweases in the national averege gasoline pdco. A minimum charge of 3 hours applies to field-testing antl abservelion services. Schetluling or cancellation of field testing and observation services is requiretl no less than the working day prior to the dale the sernces are to be pedormetl. Services cencelled without advance notice will be assassetl a minimum 3 how charge. For consWdion materials testing and observation services, a project management charge to schedule antl supervise persormel antl evaluate antl review reports will be billetl aI a minimum of 0.2 hours per report issued. Concrete compression testing will be chargetl 0.1 hour of review time for a set of cylinders. Dolling antl fieltl service rotes are based on OSHA Level D personnel protection. Fw sites where tlrilling is to occur Nal are not readily accessible to a truck-mountetl doll rig, rates for og mobility equipment, site clearing, antl uew stand-by time will be charged as applicable. Services and fees noI listed on this schedule may be quotetl on request. ~~; Page 11 of 12 PSI Proposal No.: 325-85026-A1 GENERAL CONDITIONS 1. PARTIES AND SCOPE OF WORK: Professional Service Industries Inc. (hereinafter referred to as "PSI") shall include said company or its particular division, subsidiary or affiliate performing the work. "Work" means the specific geotechnical, analytical, testing or other service to be performed by PSI as set forth in PSI's proposal, Client's acceptance thereof and these General Conditions. Additional work ordered by Client shall also be subject to these General Conditions. "Client" refers to the person or business entity ordering the work to be done by PSI. If Client is ordering the work on behalf of another, Client represents and warrants that it is the duly authorized agent of said party for the purpose of ordering and directing said work. Unless otherwise stated in writing, Client assumes sole responsibility for determining whether the quantity and the nature of the work ordered by the client is adequate and sufficient for Client's intended purpose. Client shall communicate these General Conditions to each and every third party to whom Client transmits any part of PSI's work. PSI shall have no duty or obligation to any third party greater than that set forth in PSI's pro- posal, Client's acceptance thereof and these General Conditions. The ordering of work from PSI, or the reliance on any of PSI's work, shall constitute acceptance of the terms of PSI's proposal and these General Conditions, regardless of the terms of any subsequently issued document. 2. TESTS AND INSPECTIONS: Client shall cause all tests and inspections of the site, materials and work performed by PSI or others to be timely and properly performed in accordance with the plans, specifications and contract documents and PSI's recommendations. No claims for loss, damage or injury shall be brought against PSI by Client or any third party unless all tests and inspec- tions have been so performed and unless PSI's recommendations have been followed. Client agrees to indemnity, defend and hold PSI, its officers, employees and agents harmless from any and all claims, suits, losses, costs and expenses, including, but not limited to, court casts and reasonable attorney's fees in the event that all such tests and inspections are not so performed or PSI's rec- ommentlationsare not so followed except to the eMeni that such failure is the result of the negligence, willful or wanton act or omission of PSI, its officers, agents or employees, subject to the lim- itation contained in paragraph 9. 3. SCHEDULING OF WORK: The services set forth in PSI's proposal and Client's acceptance will be accomplished in a timely, workmanlike and processional manner by PSI personnel at the prices quoted. If PSI is required to delay commencement of the work or if, upon embarking upon its work, PSI is required to stop or interrupt the progress of its work as a result of changes in the scope of the work requested by Client, to fulfill the requirements of third parties, interruptions in the progress of construction, or other causes beyond the direct reasonable control of PSI, additional charges will be applicable and payable by Client. 4. ACCESS TO SITE: Client will arrange and provide such access to the site as is necessary for PSI to perform the work. PSI shall take reasonable measures and precautions to minimize damage to the site and any improvements located thereon as the result of its work or the use of its equipment; however, PSI has not included in its tee the cost of restoration of damage which may occur. If Client desires or requires PSI to restore the site to its former condition, upon written request PSI will perform such additional work as is necessary to do so and Client agrees to pay to PSI for the cost. 5. CLIENT'S DUTY TO NOTIFY ENGINEER: Client represents and warrants that it has advised PSI of any known or suspected hazardous materials, utility lines and pollutants at any site at which PSI is to do work hereunder, and unless PSI has assumed in writing the responsibility of locating subsurface objects, structures, lines or conduits, Client agrees to defend, indemnify and save PSI harmless from all claims, suits, losses, costs and expenses, including reasonable attorney's tees as a result of personal injury, death or property damage occurring with respect to PSI's performance of its work and resulting to or caused by contact with subsurface or latent objects, structures, lines or conduits where the actual or potential presence and location thereof were not revealed to PSI by Client. 6. RESPONSIBILITY: PSI's work shall not include determining, supervising or implementing the means, methods, techniques, sequences or procedures of construction. PSI shall not be responsi- ble far evaluating, reporting or affecting job conditions concerning health, safety or welfare. PSI's work or failure to perform same shall not in any way excuse any contractor, subcontractor orsup- plierfrom performance of its work in accordance with the contract documents. PSI has no right or duty to stop the contractor's work. 7. SAMPLE DISPOSAL: Unless otherwise agreed in writing, test specimens or samples will be disposed immediately upon completion of the test. All drilling samples or specimens will be disposed sixty (60) days after submission of PSI's report. 8. PAYMENT: Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within thirty (30) days of its receipt. Client further agrees to pay interest on all amounts invoiced and not paid or oblected to for valid cause in writing within said thirty (30) day period at the rate of eighteen (18) percent per annum (or the maximum inter- est rate permitted under applicable law), until paid. Client agrees to pay PSI's cost of collection of all amounts due and unpaid after sixty (60) days, including court costs and reasonable attorney's fees. P51 shall not be bound by any provision or agreement requiring or providing for arbitration of disputes or controversies arising out of this agreement, any provision wherein PSI waives any rights to a mechanics' lien, or any provision conditioning PSI's right to receive payment for its work upon payment to Client by any third party. These General Conditions are notice, where required, that PSI shall file a lien whenever necessary to collect past due amounts. Failure to make payment within 30 days of invoice shall constitute a release of PSI from any and all claims which Client may have, whether in tart, contract or otherwise, and whether known or unknown at the time. 9. WARRANTY: PSI'S SERVICES W ILL BE PERFORMED, ITS FINDINGS OBTAINED AND ITS REPORTS PREPARED IN ACCORDANCE WITH ITS PROPOSAL, CLIENT'S ACCEPTANCE THEREOF, THESE GENERAL CONDITIONS, AND WITH GENERALLY ACCEPTED PRINCIPLES AND PRACTICES. IN PERFORMING ITS PROFESSIONAL SERVICES, PSI WILL USE THAT DEGREE OF CARE AND SKILL ORDINARILY EXERCISED UNDER SIMILAR CIRCUMSTANCES BY MEMBERS OF ITS PROFESSION. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES OR REPRESENTATIONS, EITHER EXPRESS OR IMPLIED. STATEMENTS MADE IN PSI REPORTS ARE OPINIONS BASED UPON ENGINEERING JUDGMENT AND ARE NOT TO BE CONSTRUED AS REPRESENTATIONS OF FACT. SHOULD PSI OR ANY OF ITS PROFESSIONAL EMPLOYEES BE FOUND TO HAVE BEEN NEGLIGENT IN THE PERFORMANCE OF ITS WORK, OR TO HAVE MADE AND BREACHED ANY EXPRESS OR IMPLIED WARRANTY, REPRESENTATION OR CONTRACT, CLIENT, ALL PARTIES CLAIMING THROUGH CLIENT AND ALL PARTIES CLAIMING TO HAVE IN ANY WAY RELIED UPON PSI'S WORK AGREE THAT THE MAXIMUM AGGREGATE AMOUNT OF THE LIABILITY OF PSI, ITS OFFICERS, EMPLOYEES AND AGENTS SHALL BE LIMITED TO $25,000.00 OR THE TOTAL AMOUNT OF THE FEE PAID TO PSI FOR ITS WORK PERFORMED WITH RESPECT TO THE PROJECT, WHICHEVER AMOUNT IS GREATER. IN THE EVENT CLIENT IS UNWILLING OR UNABLE TO LIMIT PSI'S LIABILITY IN ACCORDANCE WITH THE PROVISIONS SET FORTH IN THIS PARAGRAPH, CLIENT MAY, UPON WRITTEN REQUEST OF CLIENT RECEIVED WITHIN FIVE DAYS OF CLIENT'S ACCEPTANCE HEREOF, INCREASE THE LIMIT OF PSI'S LIABILITY TO $250,000.00 OR THE AMOUNT OF PSI'S FEE, WHICHEVER IS THE GREATER, BY AGREEING TO PAY PSI A SUM EQUIVALENT TO AN ADDITIONAL AMOUNT OF 5 % OF THE TOTAL FEE TO BE CHARGED FOR PSI'S SERVICES. THIS CHARGE IS NOT TO BE CON- STRUED AS BEING A CHARGE FOR INSURANCE OF ANY TYPE, GUT IS INCREASED CONSIDERATION FOR THE GREATER LIABILITY INVOLVED. IN ANY EVENT, ATTORNEY'S FEES EXPENDED BY PSI IN CONNECTION WITH ANY CLAIM SHALL REDUCE THE AMOUNT AVAILABLE, AND ONLY ONE SUCH AMOUNT WILL APPLY TO ANY PROJECT. NO ACTION OR CLAIM, WHETHER IN TORT, CONTRACT, OR OTHERWISE, MAY BE BROUGHT AGAINST PSI, ARISING FROM OR RELATED TO PSI'S WORK, MORE THAN TWO YEARS AFTER THE CESSATION OF PSI'S WORK HEREUNDER. 10. INDEMNITY: Subject to the foregoing limitations, PSI agrees to indemnity and hold Client harmless from and against any and all claims, suits, costs and expenses including reasonable attor- ney's tees and court costs arising out of PSI's negligence to the extent of PSI's negligence. Client shall provide the same protection to the extent of its negligence. In the event that Client or Client's principal shall bring any suit, cause of action, claim or counterclaim against PSI, the party initiating such action shall pay to PSI the costs and expenses incurred by PSI to investigate, answer and defend it, including reasonable attorney's and witness fees and court casts to the extent chat PSI shall prevail in such suit. 11. TERMINATION: This Agreement may be terminated by either parry upon seven days' prior written notice. In the event of termination, PSI shall be compensated by Client for all services per- formed up to and including the termination date, including reimbursable expenses, and far the completion of such services and records as are necessary is place PSI's files in order and/or protect its professional reputation. 12. EMPLOYEES/WITNESS FEES: PSI's employees shall not be retained as expert witnesses except by separate, written agreement. Client agrees to pay PSI's legal expenses, administrative costs and fees pursuant to PSI's then current fee schedule for PSI to respond to any subpoena. Client agrees not to hire PSI's employees except through PSI. In the event Client hires a PSI employee, Client shall pay PSI an amount equal to one-half of the employee's annualized salary, without PSI waiving ocher remedies it may have. 13. HAZARDOUS MATERIALS: Nothing contained within this agreement shall be construed or interpreted as requiring PSI to assume the status of an owner, operator, generator, Storer, transporter, treater or disposal facility as those terms appear within RCRA or within any Federal or State statute or regulation governing the generation, transportation, treatment, storage and disposal of pollu- tants. Client assumes full responsibility for compliance with the provisions of RCRA and any other Federal or State statute or regulation governing the handling, treatment, storage and disposal of pollutants. 14. PROVISIONS SEVERABLE: The parties have entered into this agreement in good faith, and it is the specific intent of the parties that the terms of these General Conditions be enforced as writ- ten. In the event any of the provisions of these General Conditions should he found to be unenforceable, it shall be stricken and the remaining provisions shall be enforceable. 15. ENTIRE AGREEMENT: This agreement constitutes the entire understanding of the parties, and there are no representations, warranties or undertakings made other than as set forth herein. This agreement may be amended, modified or terminated only in writing, signed by each of the parties hereto. Page 12 of 12 a/s6 PSI B-900-11 (7) Exhibit B Mandatory Requirements (Revised November, 2005) INDEMNIFICATION AND HOLD HARMLESS Lab agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. EXHIBIT C CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the follorw~ing information. Every quCestion must be answerfgd. If the question is not applicable, answer with oNAO. FIRM NAME:..A..Y~~eSS,1~Y~~.~.......d~.k.V..S.~T/)Cl[~~~.f.~.~.J-~..~.c.'..J ......................ry...........L......... STREET:...~1.7....5.~.~..~ .......................................... CITY: C}V'..P.ul ~N,YU~~:....... ZIP:....L.~~.t.~.... FIRM is: 1. Corporation 2. Partnership [ ] 3. Sole Owner [ ] 4. Association [ J 5. 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) 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 ..................N..`~°.t................................... ......N.~~..................................................................................... 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 ................~1.~................... .. ~i~ ....................................... ............................................................................................................................................................................. 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 N...~ ............................... .............. N...~t................................................................................ ...................... . CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld isc osure of any in of rmabon ted; and that supplemental statements will be promptly submitted to the~ity_of Corpus Christi, Texa//s as changes occur. 2 ~~ Certifying Persorr...~?lQr.~ ~~/~~ ~/I C`-'...... ..... Title: IJY~tYI~ I,~,.lytf'1.C,t,.~.~.... ..................... .. ....1 . pe Pn t) ~ -~ (y Signature of Certifying Person:...... (,.' . ..... Date:..... ~~-~.~ _ ~ 8 Exhibit C Page 1 of 2 DEFINITIONS 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. Exhibit C Page 2 of 2