Loading...
804-Ardaman & Associates, Inc.-/ 'PROFESSIONAL GEOTECHNICAL, ENVIRONMENTAL AND CO STRU~ION MXTERIALS N INSPECTION AND TESTING SERVICES AGREEMENT (RFPS 98/99- 27) THIS AGREEMENT is made and entered into this ~ I ~ ~'~'~ , hereinaf~er called the "CONSULTANT" and TIlE CITY of SANFORD, a municipal corporation of the State of Florida, whose physical address is City Hall, 300 N. Park Avenue, Sanford, Florida 32771, hereinaf~er called the "CITY." WITNESSETIt: WItEREAS, the CITY desires to retain the services of a competent and qualified consultant to provide G-eotechnical, Environmental and Construction Materials Inspection and Testing Services in Sanford; and WItEREAS, the CITY has requested and received expressions of interest for the retention of services of consultants; and WItEREAS, the CONSULTANT is competent and qualified to furnish Geotechnical, Environmental and Construction Materials Inspection and Testing Services to the CITY and desires to provide professional' services according to the terms and conditions stated heroin, NOW, TI~REFORE, in consideration of the mutual understandings and covenants set forth herein, the CITY and the CONSULTANT agree as follows: SECTION 1. SERVICES. The CITY does hereby retain the CONSULTANT to famish professional services and perform those tasks as further described in the Scope of Services attached hereto as Exhibit 'W' and made a part hereof. Required services shall be specifically enumerated, described and depicted in the Work Orders authorizing performance of the specific project, task, or study. This Agreement standing alone does not authorize the performance of any work or require the CITY to place any orders for work. SECTION 2. TERM. This Agreement shall take effect on the date of its execution by the CITY and shall 15 run for a period of one (1) year and, at the sole option of CITY~ may be renewed annually thereaf[er for a period of up to three (3) years total. Expiration of.the term of this Agreement shall have no effect upon Work Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized by the Work Order. SECTION 3. AUTItORIZATION FOR SERVICES. Authorization for performance of professional services by the CONSULTANT under this Agreement shall be in the form of written Work Orders issued and executed by the CITY and signed by the CONSULTANT. A sample Work Order is attached hereto as Exhibit Each Work Order shall describe the services required, state the dates for commencement and completion of work and establish the mount and method of payment. The Work Orders will be issued under and shall incorporate the. terms of this Agreement. The CITY makes no covenant or promise as to the number of available projects nor that, the CONSULTANT will perform any project for the CITY during the life of this Agreement. The CITY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by the CITY to be in the best interest of the CITY to do so'- SECTION 4. TIME FOR COMPLETION. ltte services to be rendered by the CONSULTANT shall be commenced, as specified in such Work Orders as may be issued hereunder, and shall be completed within the time specified thereirk In the event the' CITY determines that significant benefits would accrue from expediting an otherwise established time schedule for completion of services under a given Work Order, that Work Order may include a negotiated schedule of incentives based on time savings. SECTION 5. COMPENSATION. The CITY agrees to compensate the CONSULTANT for the professional services called for under this Agreement on either a "Fixed Fee" basis or on a "Time Basis Method." If a Work Order is issued under a "Time Basis Method," then CONSULTANT shall be compensated in accordance with the rate schedule attached as Exhibit "C." If a Work Order is issued for a "Fixed Fee Basis," then the applicable Work Order shall provide for no reimbursable expenses. SECTION 6. REIMBURSABLE EXPENSES. If a Work Order is issued on a "Time Basis Method," 16 th~n reimbursable expenses are in addition to the hourly rates. Reimbursable expenses are subject to the applicable "Not-to-Exceed" or "Limitationof Funds" amount set forth in the Work Order. Reimbursable expenses may include actual expenditures made by the CONSULTANT, his employees or his professional associates in the interest of the Project for the expenses listed in the following paragraphs: (a) Expenses of transportation, when traveling in connection with the Project, based on Sections 112. 061 (7) and (8), Florida Statutes, or their successor; long distance calls and telegrams; and fees paid for securing approval of authorities having jurisdiction over the Project. (b) Expense of reproductions, postage and handling of drawings and specifications. (c) If authorized in writing in advance by the CITY, the cost of other expenditures made by the CONSULTANT in the interest of the Project. SECTION 7. PAYMENT AND BILLING. (a) If the Scope of Services required to be performed by a Work Order is clearly defined, the Work Order shah be issued on a "Fixed Fee" .basis. The CONSULTANT shah perform all work required by the Work Order but, in no event, shah the CONSULTANT be paid more than the negotiated Fixed Fee amount stated therein. (b) ff the Scope of Services is not clearly defined, the Work Order may be issued on a "Time Basis Method" and contain a Not-to Exceed amount. If a Not-to-Exceed amount is provided, the CONSULTANT shall perform all work required by the Work Order; but, in no event, shah the CONSULTANT be paid more than the Not-to-Exceed amount specified in the applicable Work Order. (c) If the Scope of Services is not clearly defined, the Work Order may be issued on a "Time Basis Method" and contain a Limitation of Funds amount. The CONSULTANT is not authorized to exceed that amount without the prior written approval of the CITY. Said approval, if given by the CITY, shall indicate a new Limitation of Funds amount. The CONSULTANT shall advise the CITY whenever the CONSULTANT has incurred expenses on any Work Order that equals or exceeds eighty percent (80%) of the Limitation of 17 Ftinds amount. (d) For Work Orders issued on a "Fixed Fee Basis," the CONSULTANT may invoice the amount due based on the percentage of total Work Order services actually performed and completed; but, in no event, shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. The CITY shall pay the CONSULTANT ninety percent (90%) of the approved amount on Work Orders issued on a "Fixed Fee Basis." (e) For Work Orders issued on a "Time Basis Method" with a Not-to-Exceed amount, the CONSULTANT may invoice the mount due for actual work hours performed but, in no event, shall the invoice mount exceed a percentage of the Not-to-Exceed amount equal to a percentage of the total services aomally completed. The CITY shall pay the CONSULTANT ninety percent (90%) of the approved mount on Work Orders issued on a "Time Basis Method" with a Not-to-Exceed mount. (f) Eaoh Work Order issued on a "Fixed Fee Basis" or "Time Basis Method" with .a Not-to-Exceed amount shall be treated separately for retainage purposes. If the CITY determines that work is substantially complete and the amount retained is considered to be in excess, the CITY may, at its sole and absolute discretion, release the retainage or any portion thereof. (g) For Work Orders issued on a "Time Basis Method" with a Limitation of Funds mount, the CONSULTANT may invoice the amount due for services actually performed and completed. The CITY shall pay the CONSULTANT one hundred percent (100%) of the approved amount on Work Orders issued on a "Time Basis Method" with a Limitation of FUnds mount. (h) Payments shall be made by the CITY to the CONSULTANT when requested as work progresses for services fumished, but not more than once monthly. Each Work Order shall be invoiced separately. CONSULTANT shall render to CITY, at the close of each calendar month, an itemized invoice properly dated, describing any services rendered, the cost of the services, the name and address of the CONSULTANT, Work Order Number, Contrilct Number, Purchase Order Number and all other information required by this Agreement. The original invoice shall 18 be' sent tO.' The City of Sanford Attn.: AccountsPayable Post Office Box 1788 Sanford, Florida 32772-1788 (i) Payment shall be made after review and approval by CITY within thirty (30) days of receipt of a proper invoice from the CONSULTANT. SECTION 8. GENERAL TERMS OF PAYMENT AND BILLING. (a) Upon satisfactory completion of work required hereunder and, upon acceptance of the work by the CITY, the CONSULTANT may invoice the CITY for the full amount of compensation provided for under the terms of this Agreement including any retainage and less any amount already paid by the CITY. The CITY shall pay the CONSULTANT within thirty (30) days of receipt of proper invoice. (b) The CITY may perform or have performed an audit of the records of the CONSULTANT aRer final payment to support final payment hereunder. This audit would be performed at a time mutually agreeable to the CONSULTANT and the CITY subsequent to the close of the final fiscal period in which the last work is performed. Total compensation to the CONSULTANT may be determined subsequent to an audit as provided for in subsections (b) and (c) of this Section, and the total compensation so determined shall be used to calculate finial payment to the CONSULTANT. Conduct of this audit shall not delay final payment as provided by subsection (a) of this Section. (c) In addition to the above, if federal funds are used for any work under the Agreement, the Department of Housing and Urban Development, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records, of the CONSULTANT which are directly pertinent to work performed under this Agreement for purposes ofmaldng audit, examination, excerpts and transcriptions. (d) The CONSULTANT agrees to maintain all books, documents, papers, accounting records and other evidences pertaining to work performed under this Agreement in such a manner as will readily conform to the terms 19 o~' this Agreement and to make such mateddais available at the CONSULTANTS office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection. as provided for in subsections (b) and (e) of this Section. (e) In the event any audit or inspection conducted after final payment, but within the period provided in paragraph (d) of this Section reveals any overpayment by the CITY under the terms of the Agreement, the CONSULTANT shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY. SECTION 9. RESPONSIBILITIES OF THE CONSULTANT. (a) The CONSULTANT shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, :analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature ~h"nished by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors or deficiencies in his plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. (b) Neither the CITY'S review, approval or acceptance of; nor payment for, any of the services required shall be construed to operate as a waiver of any rights under this Agreement nor of any cause of action aiising out of the performance of this Agreement and the CONSULTANT shall be and always remain liable to the CITY in accordance with applicable law for any and all damages to the CITY caused by the CONSULTANTS negligent or wrongful performance of any of the services furnished under this Agreement. SECTION 10. OWNERSHIP OF DOCUMENTS. All deliverable' analysis, reference data, survey data, plans and reports or any other form of written instrument or document that may result from the CONSULTANT'S services or have been created during the course of the CONSULTANTS performance under this Agreement shall become the property of the CITY after final payment is made to the CONSULTANT. SECTION 11. TERMINATION. (a) The CITY may, by written notice to the CONSULTANT terminate this Agreement or any Work 2O Order issued hereunder, in whole or in part, at any time, either for the CITY'S convenience or because of the failure of the CONSULTANT to fulfillits Agreement obligations. Upon receipt of such notice, the CONSULTANT shall have the following obligations: (1) Immediately discontinue all sentices affected unless the notice directs otherwise. The CITY shall identify the specific work orders being terminated and the specific work orders to be continued to completion pursuant to the provisions of this Contract. This Contract will remain in full force and effect as to all authorized work orders which are to be continued to completion despite termination of the Contract. (2) Deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by the CONSULTANT in performing this Agreement, whether completed or in process. (b) fithe termination is for the convenience of the CITY, the CONSULTANT shall be paid compensation for services performed to the date of termination. ff this Agreement calls for the payment based on a Fixed Fee mount, the CONSULTANT shall be paid no more than a' percentage of the Fixed Fee amount equivalent to the percentage of the completion of work, as determined solely and conclusively by the CITY, contemplated by this Agreement. (c) Ifthe termination is due to the failure ofthe CONSULTANT to ridfill its Agreement obligations, the CITY may take over the work and prosecute the same to completion by other Agreements or otherwise. In such case, the CONSULTANT shall be liable to the CITY for aH reasonable additional costs occasioned to the CITY thereby. The CONSULTANT shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of the CONSULTANT; provided, however, that the CONSULTANT shall be responsible and liable for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of the CITY in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without any fauh or 21 n~gligence of the CONSULTANT. (d) If, after notice of termination for failure to fulfill its Agreement obligations, it is determined that the CONSULTANT had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of the CITY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. (e) The rights and remedies of the CITY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. SECTION 12. AGREEMENT AND WORK ORDER IN CONFLICT. Whenever the terms of this Agreement conflict with any Work Order issued pursuant to it, the Agreement shall prevail. SECTION 13. EQUAL OPPORTUNITY EMPLOYMENT. The CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, .religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color, religion, sex, age, disability, or national origin. This provision shah include, but not be limited to,-the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms Of compensation; and selection for training, including apprenticeship. SECTION 14. NO CONTINGENT FEES. The CONSULTANT warrants that it has not employed' or' retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, comn~ssion, percentage, gi~t, or consideration· 22 SECTION 15. CONFLICT OF INTEREST. (a) The CONSULTANT agrees that it will not contract for or accept employment for the performance of any work or senrice with any individual, business, corporation or government unit that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with the CITY. (b) The CONSULTANT agrees that it will neither take any action nor engage in any conduct that would cause any CITY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (e) In the event that CONSULTANT causes or in any way promotes or encourages a CITY officer, employee; or agent to violate Chapter 112, Florida Statutes, the CITY shall have the fight to terminate this Agreement. SECTION 16. ASSIGNMENT. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith. SECTION 17. SUBCONTRACTORS. In the event that the CONSULTANT, during the course of the work under this Agreement, requires the sentlees of any subcontractors or other professional associates in connection with services covered by this Agreement,' the CONSULTANT must first secure the prior express written approval of the CITY. If subcontractors or other professional assodates are required in connection with the services covered by this Agreement, CONSULTANT shall remain fully responsible for the services of subcontractors or other professional associates. SECTION 18. INDE~CATION OF CITY. The CONSULTANT agrees to hold harmless, indemnify, and defend the CITY, its commissioners, officers, employees, and agents against any and all claims, losses, damages or lawsuits for damages, including but not limited to attomey's fees and other legal costs, arising from, allegedly arising from or related to the provision of services hereunder by the CONSULTANT. In accordance with Florida Statutes §725.06, adequate consideration has been provided to the CONSULTANT for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. Nothing herein shall be deemed to affect the 23 rights, privileges, and immunities of the CITY as set forth in {}768.28, Florida Statutes. SECTION 19. INSURANCE. (a) GENERAL. The CONSULTANT shall at the CONSULTANT'S own cost, procure the insurance required under this Section. (1) The CONSULTANT shall furnish the CITY with a Certificate of Insurance signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Liability and Commercial General Liability). The CITY, its officials, officers, and employees shall be additional named insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the CITY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the CONSULTANT, the CONSULTANT shall provide the CITY with. ~. renewal or replacement Certificate of Insurance not less than thirty (30) days before expiration or replacement of the insurance for which a previous certitieate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. In lieu Of the statement on the Certificate, the CONSULTANT shall, at the option of the CITY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. (3) In addition to providing. the Certificate of Insurance, ff required by the CITY, the CONSULTANT shall, within thirty (30) days after receipt of the request, provide the CITY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the CITY nor failure to disapprove the insurance furnished by a CONSULTANT shall relieve the CONSULTANT of the CONSULTANT'S full responsibility for performance' of any obligation including CONSULTANT indemnification of CITY under this Agreement. 24 (b) INSURANCE COMPANY REQUIREMENTS. Insurance companies providing the insurance under this Agreement must meet the.following requirements: (1) Companies issuing policies other than Workers' Compensation, must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by Section 440.57, Florida Statutes. (2) In addition, such companies other than those authorized by Section 440.57, Florida Statutes, shall have and maintain a Best's Rating of "A" or better and a Financial Size Category of"VIF' or better according to A,M. Best Company. (3) Ifi during the period whioh an insumnce company is providing the insurance coverage required by this Agreement, an insurance company shall: 1) lose its Certificate of Authority, 2) no longer comply with Section 440.57, Florida Statutes, or 3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONSULTANT shall, as soonas the CONSULTANT has knowledge of any su~ circumstance; immediately notify the CITY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the CONSULTANT has'replaced the unacceptable insurer with an insurer acceptable to the CITY the CONSULTANT shall be deemed to be in default of this Agreement. (c) SPECIFICATIONS. Without limiting any of the other obligations or liability of the CONSULTANT, the CONSULTANT shall, at the CONSULTANT'S sole expense, procure, maintain and keep in force mounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by the CONSULTANT and shall be maintained in force until the Agreement completion date. The mounts and types of insurance shall conform to the following minimum requirements. ( 1 ) Workers' CompensationfEmployer's Liability. 25 (A) The CONSULTANT'S insurance shall cover the CONSULTANT and its subcontractors of every tier for those sources of liability which would be covered by the latest edition of the standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law. (B) Subject to the restfictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage eustomarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount Compensation Policy shall be: $ 100,000.00 $ 500,000.00 $ 100,000.00 (2) of coverage under Part Two of the standard Workers' (Each Accident) (Disease-Policy Limit) (Disease-Each Employee) Commercial General Liability. (A) The CONSULTANTS insurance shall cover the CONSULTANT for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by the CONSULTANT (inclusive of any mounts provided by an Umbrella or Excess policy) shall be those that would be provided with the attachment of the Amendment of Limits of Insurance (Designated Project or Premises) endorsement (ISO Form CG 25 01) tO a Commercial General Liability Policy with amount of specified for each project: 26 General Aggregate Personal & Advertising Injury Limit Each Occurrence Limit LIMITS $Three (3) Times the Each Occurrence Limit $300,000.00 $300,000.00 (3) Professional Liability Insurance. The CONSULTANT shall carry limits of not less than ONE 1V~LLION AND NO/100 DOLLARS ($1,000,000.00). (d) COVERAGE. The insurance provided by CONSULTANT pursuant to this Agreement shall apply on a primary basis and any other insurance or self-insurance maintained by the CITY or the CITY'S officials, officers~ or employees shall be excess of and not contributing with the insurance provided by or on behalf of the CONSULTANT. (e) OCCURRENCE BASIS. The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims-made basis. The Professional Liability insurance policy must either be on an occmrence basis, or, if a claims-made basis, the coverage must respond to all claims reported within three (3) years following the period for which cover. age is required and.which Would have been covered had the coverage been on an occurrence basis. (f) OBLIGATIONS. Compliance with .the foregoing insurance requirements shall not relieve the CONSULTANT, its employees or agents of liability from any obligation under a'Section or any other portions of this Agreement. SECTION 20. DISPUTE RESOLUTION. The parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mumally,acceptable to the parties. Costs. of voluntary mediation shall be shared equally among the parties participating in the mediation. 27. SECTION 21. REPRESENTATIVES OF THE CITY AND THE CONSULTANT. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Agreement will arise. The CITY, upon request' by the CONSULTANT, shall designate in writing and shall advise the CONSULTANT in writing of one (1) or more of its employees to whom all communications pertaining to the day-to- day conduct of this Agreement shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the CITY'S policy and decisions pertinent to the work covered by this Agreement. (b) The CONSULTANT shall, at all limes during the normal work week, designate or appoint one or more representatives of the CONSULTANT who are authorized to act in behalf of and bind the CONSULTANT regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep the CITY continually and effectively 'advised of such designation.-. SECTION 22. AIJ. PRIOR AGREEMENTS SUPERSEDED. This documeat incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are not commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations,or agreements, whether oral or written. SECTION 23. MODIFICATIONS, AMENDMENTS OR ALTERATIONS. No modification, amendment or alteration in the terms or condkions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. SECTION 2,4. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the CONSULTANT (including its officers, employees, and agents) the agent, representative, 6r employee of the CITY for any purpose, or in any manner, whatsoever. The CONSULTANT is to be and shall remain 28 forever an independent contractor with respect to all services performed under this Agreement. SECTION 25. EMPLOYEE STATUS. Persons employed by the CONSULTANT in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY' S officers and employees either by operation of law or by the CITY. SECTION 26. SERVICES NOT PROVIDED FOR. No claim for services furnished by the CONSULTANT not specifically provided for herein shall be honored by the CITY. SECTION 27. PUBLIC RECORDS LAW. CONSULTANT acknowledges CITY'S obligations under Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon .request. CONSULTANT acknowledges that CITY is required to comply with Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. SECTION 28. COMPLIANCE WITIt LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, the CONSULTANT shall abide by all statutes, ordinances, rules, and regulations pertaining to, or.regulating the provisions of; such services, including those now in effect and hereafter adopted2 Any violation of said statutes, ordinances, rules, or regulations shall constitute a material breach of this Agreement, and shall entitle the CITY to terminate this Agreement immediately upon delivery of written notice of termination to the CONSULTANT. SECTION 29. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, with return receipt requested, addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to-wit: FOR THE CITY Director of Engineering and Planning, Jay Marder City Hall 300 N. Park Avenue Sanford, Florida 32771 FOR THE CONSULTANT SECTION 30. RIGHTS AT LAW RETAINED. The rights and remedies of the CITY, provided for under this Agreement, are in addition and supplemental to any other rights and remedies provided by law. SECTION :31. EXTENT OF CONTRACT. This Contract, together with the Exba'bits hereinafter identitied and listed, constitute the entire agreement between the CITY and. The CONSULTANT, and supercedes all prior written or oral understandings and connection therewith. This Contract may only be amended, supplemented, or modified by a formal amendment. The Exhibits made part of this Contract are as follows.', Exhibit "A" Scope of Services Exhibit "B' Work Order Forms Exhibit "C" Rate Schedule IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date below written for execution by the CITY. ATTEST: , Secretary (CORPORATE SEAL) ATTEST: Clerk to the City Commission Sanford; Florida. By: Date: /-/Z- aa CITY COMMISSION 3O For use and reliance of the City of Sanford, Florida, only. Approved as to form and legal sufficiency. City Attorney 19_~ regular meeting. 31 EXHIBIT "A" GENERAL SCOPE OF SERVICES The City of Sanford desires to place several highly qualified planning consultants on retainer for the services identified below. The Consultant(s) shall provide expertise and technical skills, on an as needed basis, to provide to the City Geotechnical, Environmental and Construction Materials Inspection and Testing Services. General assignments that may be performed by the Consultant(s) under this contract solicitation may include, but are not limited to: 1. Complete Geotechnical, Environmental and Construction Materials Inspection and Testing Services. 2. Complete exploratory site evaluation, soil testing, stability, permeability and other pertinent site conditions. 3. Complete environmental per level assessment as required. These consultant services are.to be accomplished on an as-needed basis. Work is assigned- by Work order based on the needs and requirements of the City. In all cases the Consultant(s) will work with and receive guidance from the City staff to development appropriate requirements, guidelines and criteria for each project. The Consultant(s) will in all cases develop a scope of work based on the appropriate requirements, guidelines and criteria along with a proposed fee for perfoming the work, a schedule for completion of the projects and a list of key personnel assigned · to the projects. The Consultant(s) will submit the proposed scope of work, with required attachments, to the appropriate City Staff for approval and issuance of a work order prior to commencing work. The City desires to retain at least one company with strong skills and demonstrated expertise in each of the above-described areas. The City will interview qualified rinns and may retain selected teams for up to three (3) one (1) year periods with the potential for annual extensions. 32 EXHIBIT "B" WORK ORDER FOR GEOTECHNICAL, ENVIRONMENTAL AND CONSTRUCTION MATERIALS INSPECTION AND TESTING SERVICES AGREEMENT (RFPS 98/99 - 27) WORK ORDER NO.: PURCHASE ORDER NO.: PROJECT: CITY: (For billing purposes only, to be assigned by CITY after execution.) SANFORD, A MUNICIPAL CORPORATION OF lIE STATE OF FLORIDA CONSULTANT: Execution of the Work Order by CITY shall serve as authorization for the CONSULTANT to provide for the above project, professional services as set out in the Scope of Services attached as Exhibi{ "A," to that certain Agreement of between the CITY and the CONSULTANT and further delineated in the specifications, conditions and requirements stated in the following listed documents which are attached hereto and made a part hereof. ATTACHMENTS: [ ] DRAWINGS/PLANS/SPECIFICATIONS [ ] scoPE oF SEnWCES [ ] SPECIAL CONDITIONS [] The CONSULTANT shall provide said services pursuant to this Work Order, its attachments and the above- referenced Agreement, which is incorporated herein by reference as if it had been set out in its entirety.. Whenever the Work Order conflicts with said Agreement, the Agreement shall prevail. - TIME FOR COMPLETION: The work authorized by this Work Order shall be commenced upon issuance of a Notice to Proceed by CITY and shall be completed within ( ) calendar days. METHOD OF COMPENSATION: .. (a) This Work Order is issued on a: 33 [ ] FIXED FEE BASIS [ ] TIME BASIS METHOD WITH A NOT-TO-EXCEED AMOUNT [ ] TIME BASIS METHOD WITH A LIMITATION OF FUNDS AMOUNT (b) required by this Work Order for the sum of DOLLARS ($ ). event shall the CONSULTANT be paid more than the Fixed Fee Amount. (c) If the compensation is based on a "Time Basis Method" with a Not-to-Exceed Amount, then the If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT shall perform all work In no CONSULTANT shall perform all work required by this DOLLARS ($ ). based on the actual work required by this Work Order. (d) Work Order for a sum not exceeding The CONSULTANT'S compensation shall be the CONSULTANT is the CITY. If the compensation is based on a 'Time Basis Method" with a Limitation of Funds Amount, then · not authorized to exceed the Limitation of Funds mount .-of DOLLARS ($ ) without prior written approval of Such approval, if given by the CITY, shall indicate a new Limitation of Funds amount. The CONSULTANT shall advise the CITY whenever the CONSULTANT .has incurred expenses on this Work Order that equals or exceeds eighty percent (80%) of the Limitation of Funds mount. The CITY shall compensate the CONSULTANT for the actual work performed under this Work Order. Payment to the Consultant shall be made by the CITY in strict accordance'with the payment terms of the above-referenced Agreement. It is expressly understood by the CONSULTANT that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. \ 34 IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on this day of · 19 , for the purposes stated herein. ATTEST: -E~,fl~4-~' L..L/t,i-c,--- , Secretary (CORPORATE SEAL) CAarles . ident Date: / / '/~' ATTEST: CITY COMMISSION SANFORD, FLORIDA JANET DOUGHERTY Clerk to the City Commission Sanford, Florida. By: LARRY DALE, MAYOR Date: For use ind reliance of the City of Sanford, Florida, only. Approved as to form and legal suffi;ciency. , ~.~ City Attorney As authorized for execution by the City Commission at its 19 .. ,regularmeeting. Attachment (s): Scope of Sentices 35 EXHIBIT "C" RATE SCHEDULE 36 ARDAMAN & ASSOCIATES, INC. FEE SCHEDULE ENGINEERING AND TESTING SERVICES ENGINEERING Data Evaluation, Engineering Analysis, Design, Inspections, Field Monitoring, etc. Senior Consultam Pdncipal Engineer Senior Project Engineer/Hydrogeologist Project Engineer/Hydrogeologistlll Project Engineer/Hydrogeologist I Assistant Project Engineer/Hydrogeologist Staff Engineer/Geologist III Staff Engineer/Geologist I CONSTRUCTION MONITORING AND FIELD TESTING Field Technician/Inspector V Field Technician/Inspector IV Field Technician III Field Technician II Field Technician I LABORATORY TESTING Visual Classification and Sample Handling, Special Laboratory Tests (Leaching Studies, Slurry Consolidation, etc.) Laboratory Technician V Laboratory Technician IV Laboratory Technician III Laboratory Technician II Laboratory Technician I SUPPORT PERSONNEL Engineering Designer III Engineering Designer I Technical Draftsman III Technical Draftsman I Technical Secretary MISCELLANEOUS EXPENSES CADD/Computer Usage Outside Services and Expenses Printing and Reproduction Copying Mileage (Automobile) Mileage (Truck) Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Hour Per Job Per Job Per Page Per Mile Per Mile $145.00 $1 20.00 $1 02.00 $ 90,00 $ 82.00 $ 76.00 $ 68.00 $ 54.00 $ 54.00 $ 47.00 $ 40.00 $ 33.00 $ 28.00 $ 54.00 $ 47.00 $ 40.00 $ 33.00 $ 28.00 $ 54.00 $ 47.00 $ 40.00 $ 34.00 $ 34.00 $ 12.00 At Cost + 12% At Cost + 12% $ 0.10 $ o.35 $ o,45 -1- ARDAMAN & ASSOCIATES, INC. FEE SCHEDULE ENGINEERING AND TESTING SERVICES MOBILIZATION Mobilization and Demobilization · Men and Equipment (Minimum $100.00) · Mileage - Rig · Mileage - Truck · Portable Barge STANDARD DRILLING All Terrain Vehicle Auger Borings (4-inch) Wash Borings - Cuttings Only (up to 3 inch) · Soil drilling · Rock ddlling Standard Penetration Test (SPT) Borings (ASTM D-1586) in soil (N-values <50): · from surface to 50 feet · from 50 feet to 100 feet · from 100 feet to 150 feet Standard Penetration Test (SPT) Borings in high resistance soil/rock (N-values >50) Furnish, Install, and Remove Casing (up to 4-inch): · from surface to 50 feet · from 50 feet to 100 feet · from 100 feet to 150 feet Drilling (Time Basis)/2 man-crew Drilling (Time Basis)/3 man-crew Support Water Truck (Time Basis) Rock Coring (N or H size) · from surface to 50 feet · from 50 feet to 100 feet · from 100 feet to 150 feet Field Permeability SAMPLING Additional SPT Sampling: · from 10 feet to 25 feet · from 25 feet to 50 feet · from 50 feet to 100 feet · from 100 feet to 125 feet · from 125 feet to 150 feet Undisturbed Samples: · Shelby Tube · Fixed-Piston Shelby, Osterberg, Pitcher SOUNDINGS Mechanical Cone Soundings Electric Dutch Cone Soundings Muck Probing/Clay Sampling PiezoconeJPiezoprobe Soundings (Time Basis) Piezoprobe Dissipation Monitoring OTHER CHARGES Clearing Difficult Access, Hole Location and Set-Up Standby Time Piezometer and Well Installation (plus materials) Bore Hole Grouting and Sealing (plus materials) Decontamination between borings/weils (plus materials) Well Clearing/Sensitivity/Water Level Air Boat Use Instrumentation Unit Use Lodging and Subsistence Double Ring Infiltrometer Materials Per Rig-Hour Per Rig-Mile Per Truck-Mile Per Job Add'l Price Per LF Per Lineal Foot Per Lineal Foot Per Lineal Foot Per Lineal Foot Per Lineal Foot Per Lineal Foot Add'l Price Per LF Per Lineal Foot Per Lineal Foot Per Lineal Foot Per Crew-Hour Per Crew-Hour Per Day Per Lineal Foot Per Lineal Foot Per Lineal Foot Per Test Per Additional Sample Per Additional Sample Per Additional Sample Per Additional Sample Per Additional Sample Per Sample Per Sample Per Lineal Foot Per Lineal Foot Per Crew Hour Per Crew Hour Per Crew Hour Per Crew-Hour Per Crew-Hour Per Crew-Hour Per Crew-Hour Per Crew-Hour Per Crew-Hour Per Day Per Day Per Crewman-Day Per Test Per Job $120.00 $ 0.65 $ 0.45 $5,000.00 min. $ 1.00 $ 7.50 $ 6.00 $ 10.00 $ 10.00 $ 12.00 $ 18.00 $ 3.00 $ 6.00 $ 8.00 $ 10.00 $140.00 $160.00 $ loo.oo $ 26.00 $ 28.00 $ 32.00 $ 2OO,OO $ 22.00 $ 25.00 $ 28.00 $ 33,00 $ 38,00 $ 90.00 $100.00 $ 8,00 $ 10.00 $100.00 $160.00 $120.00 $120.00 $120.00 $140.00 $140.00 $140.00 $120.00 $ 200.00 $150.00 $ 75.00 $ 350.00 At Cost + 12% -2- ARDAMAN & ASSOCIATES, INC. FEE SCHEDULE ENGINEERING AND TESTING SERVICES MONITORING WELL INSTALLATION Temporary 2-inch PVC Wellpoint (Piezometer) 2-inch PVC 4-inch PVC Per Foot $ 20.00 Per Foot $ 30.00 Per Foot $ 35.00 NOTE: Double cased deep monitoring well (above cost x 2) VAULT/PAD INSTALLATION - MONITORING WELLS Well Size 2" 4" 2" or 4" 3-inch diameter steel bollards Vault Size 8" circular w/pad $300.00 12" circular w/pad $350.00 Above ground riser w/pad $300,00 Each $ 75.00 GENERAL FIELD EQUIPMENT Data Logger Organic Vapor Analyzer (OVA 128 or Gastech) Photo Ionization Detector (Photovac Tip) Methane Detector Explosimeter Generator Steam Cleaner Surveying Equipment (Water Table Elevations) Centrifugal Development Pump Submersible Development Pump Peristaltic Purging Pump Magnetometer Sensitivity Test Equipment Product/Water Interface Probe pHIConductivity Meter Turbidity Meter Dissolved Oxygen Meter Water Level Indicator Bailer Usage (Stainless Steel or Teflon- Per Each) Concrete Saw Per Day $ 300.00 Per Day $100.00 Per Day $100.00 Per Day $100.00 Per Day $ 60.00 Per Day $ 90.00 Per Day $ 90.00 Per Day $ 50.00 Per Day $ 40.00 Per Day $ 90.00 Per Day $ 35.00 Per Day $ 40.00 Per Day $ 40.00 Per Day $ 60.00 Per Day $ 20.00 Per Day $ 50.00 Per Day $ 90.00 Per Day $ 10,00 Per Day $ 20.00 Per Day $100,00 EXPENDABLE SUPPLIES High Capacity (1 or 0.45 micron) Filter Disposable Teflon Bailer Disposable Polyethylene Bailer Disposable Free Product Bailer Isopropyl Alcohol (decontamination) Deionized Water (decontamination) 16 oz. Soil Jars (soil headspace analysis) Tygon Tubing Polyethylene Tubing 55-gallon Drum Each $ 20.00 Each $ 20,00 Each $ 12.00 Each $ 20.00 Per Gallon $ 15.00 Per Five Gallons $ 12.00 Per Box of 12 $ 10.00 Per Foot $ 2,00 Per Foot $ 0.30 Each $ 55.00 SPECIAL DRILLING/SOUNDING Prices for special drilling (barge drilling; air boat sampling; amphibious drilling; NQ wire line coring; large diameter borings; drilling in corrosive, contaminated or hazardous materials; drilling at great depths; installing large diameter temporary casing; etc.), field vane testing, and other specialized sampling or field tests will be determined per project. Work performed over water will be at 1.5 times the above unit prices. INSTRUMENTATION Prices for installation of monitor wells, inclinometers and settlement devices and prices for performing fie d permeability and packer tests will be determined per project. -3- ARDAMAN & ASSOCIATES, INC. FEE SCHEDULE ENGINEERING AND TESTING SERVICES CLASSIFICATION TESTS Moisture Content (ASTM D-2216) Organic Content ® Loss on Ignition (ASTM D-2974) · Wet Combustion (AASHTO T-194) Unit WeightJClassification (Undisturbed Sample) Grain Size Distribution · Sieve Analysis (ASTM D-421, D-422) · Percent Fines (ASTM D-1140) · Hydrometer Analysis (ASTM D-422) Atterberg Limits (ASTM D-4318) · Plasticity Index Less than 150% · Plasticity Index Greater than 150% Shrinkage Limit (ASTM D-4943) Specific Gravity (ASTM D-854) Marsh Funnel Viscosity Slump Cone COMPACTION TESTS Standard (ASTM D-698) or Modified Proctor (ASTM D-1557) · Up to 5 Points · More than 5 Points · Plasticity Index Greater than 20% Maximum-Minimum Density (ASTM D-4253, D-4254) Limerock Bearing Ratio (3 Points) CONSOLIDATION TESTS Incremental Consolidation Test (ASTM D-2435) · Up to Ten Load-Unload Increments · More than Ten Load-Unload Increments Constant Rate of Strain Consolidation Test (ASTM D-4186) PERMEABILITY TESTS Permeability Test on Sand Permeability Test on Fine Grained Soil · k >10'ecm/sec · k <10'acm/sec Permeation with Fluids Other Than Water STRENGTH TESTS Strength Index Tests (Torvane, Penetrometer, etc.) Vane Shear Test Unconfined Compression Test (ASTM D-2166) · Strength Only · With Stress-Strain Curve Tdaxial Tests: · Unconsolidated-Undrained IASTM D-2850) · Unconsolidated-Undrained with pore pressure response) · Consolidated-Undrained (with re pressure measurement) · Consolidated-Drained on Sano~ss · Consolidated-Drained on Fine Grained Soils · Use of Fluids Other Than Water Direct Shear Tests (Coarse Grained Soils) · Conventional 3" Box Shear · With Stress Reversals · Conventional 12" Box Shear · Set-Up Charge for Geosynthetics Angle of Repose Split Tensile for Rock Cores SAMPLE PREPARATION AND SPECIAL TESTS Each $ 8,50 Each $ 22,00 Each $ 35,00 Each $ 40,00 Each $ 32.00 Each $ 22,00 Each $ 72,00 Per Set $ 72,00 Add'lPerSet $ 45.00 Each $ 60,00 Each $ 60,00 Each $18,00 Each $18.00 Per Test $ 76,00 Per Add'l Point $10,00 Add'l Per Test $ 84,00 Per Set $ 84,00 Per Set $275.00 Per Test ~B60,00 Per Add'l Increment $ 30,00 Each ~500,00 Each ~25.00 Each $165.00 Each $275.00 Add'lPerTest ~20,00 Each $ 5.00 Each $15,00 Each $ 35,00 Each $ 70.00 Each ~50.00 Each $860.00 Each $860.00 Each $285.00 Each $420.00 Add'lPerTest ~ 15.00 Per Normal Load $170,00 Per Normal Load $290,00 Per Normal Load $425.00 Add'l Per Normal Load $ 50.00 Each $ 40.00. Each $100.00 Preparation of Laboratory Samples for Testing (e.g., sedimented or compacted) will be charged at $25.00 per sample. Prices for Visual Classification, for Special Sample Preparation, for Special Laboratory Tests (Slurry Consolidation, Leaching Tests, Settin Tests, etc), and for testing contaminated soils or hazardous materials will be determined per project based upon t~-c?nnician man-hours and other considerations, In addition, a daily charge of $12.50 per day will be assessed for special long-term laboratory tests (i.e., slurry consolidation, leching tests, etc.). ARDAMAN & ASSOCIATES, INC. FEE SCHEDULE ENGINEERING AND TESTING SERVICES CHEMICAL TESTS pH (FMS-550) Specific Conductance Fluodde Sulfate (FMS-553) Chloride (FMS-552) Soil pH (FMS-550) Soil Specific Conductance Soil Resistivity (ASTM G~57 or FMS-551 ) Carbonate Content (ASTM D 4373) Water Corrosivity Series (FMS-550,551,552,553) Soil Corrosivity Sedes (FMS-550, 551,552, 553) GEOSYNTHETICS Geomembrane Thickness · ASTM D-1593 · ASTM D-751 or D-5199 Geomembrane Density (ASTM D-792) Geomembrane Tensile Strength (ASTM D-638), Machine and Transverse Direction Geomembrane Tear Resistance (ASTM D-1004), Machine and Transverse Direction Weld Peel and Shear (ASTM D-413, D-882) Geotextile Grab Tensile Strength (ASTM D-4632) Geotextile Trapezoidal Tear (ASTM D-4533) Geotextile Mass/Unit Area (ASTM D-3776 or D-5261 ) Geotextile Thickness (ASTM D-1777 or D~5199) Each $ 6.00 Each $ 7.00 Each $15.00 Each $ 30.00 Each $ 30.00 Each $ 30.00 Each $ 30.00 Each $ 30.00 Each $ 50.00 Each $ 75.00 Each $120.00 Per Sample $ 25.00 Per Sample $15.00 Per Sample $ 42.00 Per Set $100.00 Per Set $ 70.00 Per Set $ 75.00 Per Set $100.00 Per Set $120,00 Per Sample $ 30.00 Per Sample $15.00 SAMPLE PREPARATION AND SPECIAL TESTS Preparation of Samples for Testing (e.g., crushing for carbonate content determination, filtedng of clayey soil for chemical tests) will be charged at $25.00 per sample. Prices for other tests on geomembranes and geotextiles will be determined per project based upon technician man-hours and other considerations. ARDAMAN & ASSOCIATES, INC. CONSTRUCTION MATERIALS TESTING AND INSPECTION SERVICES FEE SCHEDULE CONCRETE SAMPLING AND TESTING Cylinder samples (up to 5 cylinders per set): molding curing, and strength testing (ASTM C-31 and C-39). Include one slump (ASTM C-143) and one temperature determination. Cylinders shall be left in a place provided by the Contractor, covered with plastic caps and attempts made to provide shade thereon. If temperature of the air is critical to first 24 hours (during field curing), equipment to maintain such controls shall be provided by others. Additional cylinders Technician time due to construction delays in excess of 1.5 hours portal to portal on the date cylinders are made, per hour Technician time Technician time transporting cylinders from site to office if no other work is required Curing and strength testing samples delivered to our laboratory (ASTM C-39) Continuous monitoring of concrete placement and/or extra slump and temperature tests, technician time Slump tests (ASTM C-143) Air entrainment (ASTM C-173) Unit weight Yield tests Mix design Verification of mix design Fineness modules Plant control Concrete blocks. Strength tests (determined by gross area) Concrete blocks. Absorption and strength tests (net area) Block Pdsm Assembly Flexural Strength Beams (up to 3 beams) $30.00 each additional beam Test beams made by others Grout Prisms 3/set (blocks supplied by others) FLOOR FLATNESS Equipment (NTE $500.00/week) Technician Time Final Report SAMPLING AND TESTING OF IN-PLACE CONCRETE/SOIL CEMENT Corincl and testin¢3 of cored samples: Technician time (two technicians may be required) Mobilization of coring equipment With power supplied Without power supplied Trimming, capping and strength test (ASTM C-42) Depth measurement Shotcrete panels made by others (panel cores & strength tests) Concrete Cover/Reinforcin~ Steel Location: Equipment use Technician time Swiss Hammer: Mobilization of equipment Technician time SITE PREPARATION PROCEDURES INSPECTION, SAMPLING AND TESTING SERVICES Monitoring of the removal of deleterious soils or materials. Inspection of placement and compaction of fill material. Penetrometer tests. Sampling of natural or fill material. Inspection of borrow areas. Engineering technician Senior engineering technician $70.00/set $8,00/cylinder $33.00/hour $33.00/hour $33.00/hour $7.00/cylinder $33.00/hour $10.00/test $15.00/test $25.00/test $25.00/test $250.00/each $150,00/each $35.00/each $40.00/hour $20.00/block $75.00/set of 3 $200.00/set of 3 $100.00/set of 3 $25.00/each $75.00/set $200.00/trip $47.00/hour $100.00/report $33.00/hour $50.00/trip $80,00/trip $12.50/core $10,00/core $22.50/each $100.O0/trip $40.O0/hour $25.00/trip $33.00/hour $33.00/hour $40.00/hour ARDAMAN & ASSOCIATES, INC. CONSTRUCTION MATERIALS TESTING AND INSPECTION SERVICES FEE SCHEDULE Density Tests: In-situ density tests, nuclear or dry sleeve method (minimum of three per tdp) (local area only) In-situ density tests, sand cone test (minimum of three per trip) (local area only) Engineering technician time Sampling of natural or fill matedal for laboratory testing; Engineering technician Permeability/percolation tests Double ring infiltration SOIL AND ROCK LABORATORY TESTING (sampling charge not included) Standard (ASTM D-698 or Modified (ASTM D-1557) Proctor Moisture content (ASTM D-2216) Organic content Sieve Analysis (ASTM D-421, D-422) Sieve Analysis (Rock) Atterberg limits (ASTM D-423, D-424) Limerock Bearing Ratio · Florida Bearing Value (FBV) Soil cement design Soil cement field pills (3/set or technician time $32.50/hour) Percent fines California Bearing Ratio (CBR) Carbonate content determinations Corrosion series (soil PH, sulfate, chloride & resistivity) Los Angeles Abrasion Soundness- Sodium Soundness- Magnesium ('plus material supply charges) ASPHALT: FIELD INSPECTION, SAMPLING AND LABORATORY TESTING Engineering technician time for field sampling Corin.q: Mobilization of coring equipment: With power supplied Without power supplied Certified engineering technician to inspect preparation of base course/surface installation or plant control Asphalt mix designs (Marshall Method) Asphalt mix designs (Superpave) Marshall Stability and Flow Test (Includes pill densities) Extraction and gradation tests (sampled hot) Extraction and gradation tests (sampled from pavement) Density tests Depth measurements Asphalt cores STRUCTURAL STEEL: Field inspection for visual examination of welds, ultrasonic testing, dye penetrant, magnetic particle, etc. Metals technician Equipment charge determined by project Bolt torque ROOFING: Testing of 12 x 12 inch samples (includes technician time for obtaining samples, testing and report of findings) InspectioNObservations dudng construction $19.00/test $25.00/test $33.00/hour $33.00/hour $200.00/each $400.00/each $70.00/each $6.00/each $17.50/each $27.00/each $47.00/each $60.00/each $225.00/each $25.00/each $250.00/each $60.00/each $17.00/each $250.00/each $25.00/test $80.00/each $200.00/each $75.00/sieve size* $75.00/sieve size* $33.00/hour $50.O0/trip $80.O0/trip $40.00/hour $750.00/design $3,500.00/design $80.00/test $65.00/test $90.00/test $10.00/test $5.00/test 25.00/each $47,00/hour $300.00/sample $40.O0/hour -7- ARDAMAN & ASSOCIATES, INC. CONSTRUCTION MATERIALS TESTING AND INSPECTION SERVICES FEE SCHEDULE SPRAYED ON FIREPROOFING: Depth measurements & sampling Adhesion Testing Unit Weight (Lab) TRAVEL CHARGES: Charge to be determined by job (most jobs am billed portal to portal) OVERTIME AND HOLIDAY Charges will be increased 25% for work performed during weekends, official holidays, and during weekdays on hours exceeding 8.0 hours per day or 40 hours per week. SUB-CONTRACTING SERVICES Cost Plus 12% $40.00/hour $40.00/hour $30.00/sample -8°