ST9401-CN 950330 l fflCO o /
570] East LOOD 820 South · Fort Worth Taxas 76~ ]9-7053 · (817) 478-8254 · Mefro (817) 572-3411 · Fax (8]7) 478-8874
March 30, 1995
Proposal 9940-95-03-003
(Revision 1)
Mr. Kenneth M. Griffin, P.E.
Assistant City Manager, City Engineer
City of Coppoll
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019-0478
Re:
Contract for Professional Geotechnical Engineering Services
Denton Tap Road and Bridge Across Denton Creek
Dear Mr. Griffin:
Enclosed is our engineering services contract and scope of work for professional
geotechnical engineering services for the referenced project in Coppell.
We appreciate the opportunity to provide the City of Coppell with these services and look
forward to working on this new project with you.
Sincerely,
EMCON
'~T~omas D. Baker, P.E.
Senior Geetechnical Engineer
Attachments:
Exhibit A (Scope of Basic Services)
Exhibit B (Schedule of Charges)
FW/I/PROPOSAIJCOP03003.306/dr:6
EXHIBIT A
SCOPE OF BASIC SERVICES
SCOPE OF SERVICES
In accordance with your request, we are pleased to submit the following proposal for
professional geotechnical engineering services. The project has been discussed with Ulys
Lane, III, P.E., of Wier & Associates, plans have been reviewed, and field observations
have been made along the roadway. Information gained from discussions, reviews,
observations, and past experience has been used in the preparation of this proposal. The
scope of work presented here includes exploring subsurface soil conditions, obtaining
physical soil properties by laboratory testing, and providing recommendations for
earthwork construction along the roadway, bridge foundation construction at Denton
Creek, retaining walls at Denton Creek, and imported borrow material.
Previous experience in Coppell includes the new elementary school, Parkway Boulevard,
Hertz Road, and several subdivisions, a day care facility, and just south of Coppell, the
new Beltline Road Bridge over State Highway 114.
EMCON proposes the following Basic Services:
Field Exploration
In order to explore the existing subgrade and subsurface conditions along the roadway,
we will perform sample borings using a truck mounted drill rig. The field location will
be based upon access, traffic situations, underground utilities, etc. The borings will be
advanced to a depth of approximately 10 feet below existing grade. The 10 foot depth
is proposed based on future utility construction being 10 feet deep or less. If proposed
utilities are greater than 10 feet please advise accordingly. Two borings are planned for
the future bridge.
Table A indicates the proposed boring depths and locations. These may change
somewhat during actual field work for the reasons described. Unusual subsurface
conditions that we observe along the roadway will be brought to the attention of the City
and consultant.
Drilling 2 borings to a depth of approximately 50 feet or less at the proposed
bridge location. The 50-foot depth is estimated. The criteria for
determining final depth is 10 feet of penetration into the unweathered
FW/I/PROPOSAIJCOP03003.306/dr:6 1
bedrock. Three borings will be drilled to a depth of 10 feet or less along
Denton Tap Road
Obtaining relatively undisturbed thin-walled tube samples and standard
penetration test samples as appropriate for the soils encountered
Observing for groundwater seepage during drilling and record level
Backfilling boreholes with cuttings upon completion (not grouted)
Table A
Boring No. Proposed Depth
B-1 50'
B -2 50'
B-3 10'
B-4
B~5
Proposed Boring Work Plan
Proposed Location
South side of Denton Creek
North side of Denton Creek
Box culvert approximately 700' north of
bridge
10' Approximately 800' north of boring B-3,
along Denton Tap Road
10' Approximately 800' north of boring B-4,
along Denton Tap Road
Laboratory Testing
Selected laboratory testing will be conducted on samples that are considered to be
reasonably representative of the materials obtained from the field exploration. The tests
will help evaluate and classify the soils, help identify subsurface site characteristics, and
provide data for analysis. The tests include
· Atterberg limits (liquid and plastic limits, 8 tests maximum)
, Percent passing no. 200 sieve (8 tests maximum)
· Unit dry weight and moisture content (10 tests maximum)
· Moisture content (10 tests maximum)
· Unconfined compressive strength on soil (8 tests maximum)
PN/I/PROPOSAL/COP03003.306/dr:6 2
· Uncon~ned compressive strength on core (4 tests maximum)
· pH lime series (1 test)
EMCON will retain soil and rock samples for 30 days after completion of laboratory
testing. Further storage or transfer of samples can be made at owner expense upon
'written request.
Engineering Analysis and Report
An engineering analysis and evaluation of the field and laboratory data will be performed
for the project, based on available project concepts. Information to be provided is as
follows:
· Plan of borings illustrating the approximate location of each boring and scale
to which the drawing is made
· A log of each boring indicating the boring number, depth of each strata, soil
classification and description, and groundwater information
· Description of the field exploration and laboratory testing
· Summary of laboratory test results
· A discussion of subsurface soil and groundwater conditions
· Recommendations for the bridge foundation type, depth, and allowable
loading
· Recommendations for retaining wall backfill
· Recommendations for lateral loading on retaining walls
· Slope analysis for bridge abutment (riprap slope) and embankment sideslope
· Earthwork recommendations including off site borrow materials
· Four copies of the bound report
The boring logs, soil classification, and strength tests will be presented in the report.
This information (at clients direction) can be made available to trench contractors for
their use in designing the trench safety system(s). EMCON has not included trench
safety design in its services.
FW/I/PROPOSAL/COPO30(Y3.306/dr:6
3
INFORMATION/SERVICES PROVIDED BY CITY
We understand the City will
· Designate in writing a person to act as City 's representative, with respect to
the services rendered in this proposal.
Locate, identify, and stake subsurface utilities or other structures or items
which might be damaged during the field exploration program. City shall
be responsible for any damage and shall indemnify EMCON for all loss
inadvertently caused by EMCON to any structure not so designated, or by
City's inaccurate identification of underground obstructions.
· If necessary, obtain rights of entry, permits, easements, permission from
landowners or other access permission, or authorization required to perform
the services described in this proposal.
· Provide current topographic map indicating existing grades and proposed
grades.
· Provide site plan indicating existing and proposed structures.
· Provide loading conditions and tolerance for differential movement.
· Furnish copies of all available information pertinent to the project including
previous geotechnical reports.
OPTIONAL BORINGS
We have been requested by Wier & Associates to include two optional borings to a depth
of 15 feet for possible use at a storm drain location near Denton Creek. These two
borings would be used to explore surface conditions in the location of the proposed storm
drain.
ADDITIONAL SERVICES
The following services are not included in the Basic Services and will be considered as
Additional Services, if and when required or requested:
· Meetings with the client and/or consultant
· Additional copies of the report; additional submittals of draft reports other
than those described in Basic Services; revisions to the report after final
FW/I/PROPOSAUCOP03003.306/dr:6 4
submission to City; revisions to the report required as a result of changed
regulations or design
Bulldozer or other equipment time required to achieve access to boring
locations
The services of specialty subconsultants or other special outside services
other than those described in Basic Services
Any other services not specifically included in Basic Services
COMPENSATION
EMCON proposes to perform the Basic Services outlined herein on the basis of the
attached Schedule of Charges dated January 1, 1995. The cost for Basic Services is
$12,300. This amount will not be exceeded without prior approval. City and EMCON
may subsequently agree in writing to provide for additional services to be rendered under
this agreement for additional, negotiated compensation. Services provided by EMCON
will be consistent with the engineering standards prevailing at the time and in the area
that the work is performed; no other warranty, express or implied, is intended. The cost
presented here is applicable for 6 months from the date of this proposal.
The estimated cost for the two optional borings (15 feet in depth) is $ 500. This assumes
that no engineering and laboratory testing work is performed. If the borings are drilled,
the logs will be included in the report for the consultants general use.
Basic Services $ 12,300
Optional Services 500
TOTAL $ 12,800
ANTICIPATED SCHEDULE
The field exploration will begin approximately 3 to 5 days from the time authorization
is received. The field work will require approximately 2 days, depending on weather
conditions and site accessibility. The laboratory testing should be completed within one
week after completion of the field exploration. The analyses and report preparation
should be completed within 2 weeks after completion of the laboratory testing.
FW/I/PROPOSAL/COP03003.306/dr:6
EXHIBIT B
SCHEDULE OF CHARGES
ENGINEERING SERVICES CONTRACT
THE STATE OF TEXAS
COUNTY OF DALLAS
This Contract is entered into on this the day of 1995,
by and between the City of Coppell, Dallas County, Texas, a municipal corporation, hereinafter
called "City" and EMCON, hereinafter called "Contractor."
WHEREAS, City desires professional engineering services for geotechnical study for Denton
Tap Road and Denton Creek bridge in Coppell;
WHEREAS, Contractor is qualified and capable of performing the professional engineering
services proposed herein and is willing to enter into this Contract with City to
perform said services;
NOW THEREFORE, in consideration of the terms and conditions and mutual
covenants contained herein, Contractor and City contract as follows:
1. EMPLOYMENT OF CONTRACTOR: Contractor hereby covenants and
agrees as an independent contractor, to perform the services hereafter described (hereafter
called "Project") with diligence and in accordance with professional standards customarily
obtained for such services in the State of Texas. Contractor agrees to perform professional
engineering services in connection with the Project as set forth below and City agrees to pay,
and Contractor agrees to accept, fees as set forth in this Contract as full and final
compensation for all services performed under this Contract.
2. CHARACTER AND EXTENT OF CONTRACTOR SERVICES: Contractor
will consult with City and clarify and define City's requirement relative to the Project and
review applicable data. The services to be performed by the Contractor include, but are not
limited to, the services described in Exhibit A, incorporated herein and made a part hereof as
if written word for word; provided, however, that in case of conflict in the language of
Exhibit A and this Engineering Services Contract, the terms and conditions of this Engineering
Services Contract shall be final and binding upon both parties hereto. Contractor will advise
City as to the necessity of City's providing or obtaining from others special services and data
required in connection with the Project.
It is agreed and understood that this Contract contemplates the full and
complete engineering and related services for the Project including any and all changes
necessary to complete the Project as outlined herein. Nothing contained herein shall be
construed as authorizing additional fees for services to complete the plans, specifications,
inspections, tests, easements and permits necessary for the successful completion of the
Project. The Contractor acknowledges by the execution of this contract that all contingencies
known to the Contractor and City at the date of this agreement as may be deemed necessary
and proper to complete the assignment have been included in the fee stated herein.
FWIh/PROPOSALICOPPELL.STD/dr:2 Page 1 of 7
3. PAYMENT FOR SERVICES: Total payment for services described herein
for the Project shall be a not-to-exceed sum of $12,800.00. Contractor will submit monthly
statements for services rendered, based upon the percentage of completion of the work. City
shall make monthly payments in the amount shown by the Contractor's approved monthly
statements and other documentation submitted. No interest shall ever be due on late
payments. Nothing contained in this Contract shall require City to pay for any work that is
unsatisfactory as determined by the City or which is not submitted in compliance with the
terms of this Contract. City will not be required to make any payments to the Contractor
when the Contractor is in default under this Contract, nor shall this paragraph constitute a
waiver of any right, at law or in equity, which City may have if the Contractor is in default,
including the right to bring legal action for damages or for specific performance of this
Contract. Waiver of any default under this Contract shall not be deemed a waiver of any
subsequent default. Contractor will fully comply with any and all federal, State, and local laws
relating to income reporting including, but not limited to, Internal Revenue Service reports.
4. OWNERSHIP OF DOCUMENTS: All information and other data given
to, prepared, or assembled by Contractor under this Contract, and other related items, shall
become the sole property of City and shall be delivered to City, without restriction on future
use. Contractor may make copies of any and all documents and items for its files. Contractor
shall have no liability for changes made to or use of the drawings, specifications, and other
documents by other engineers subsequent to the completion of the Project. City shall require
that any such change or other use shall be sealed by the Contractor making that change or
use and shall be appropriately marked to reflect what was changed or modified.
5. INDEMNIFICATION: Contractor does hereby covenant and agree to
waive all claims, release, indemnify, defend and hold harmless the City of Coppell and all of
its officials, officers, agents, employees and invitees, in both their public and private
capacities, from any and all liability, claims, suits, demands or causes of action including all
expenses of litigation and/or settlement which may arise by reason of injury to or death or
debt of any person, or for loss of, damage to, or loss of use of any property arising out of
Contractor's negligent services in accordance with this Contract, and such indemnity will
apply whether the claims, suits, losses, damages, causes of action or liability, arise in whole
or in part from the negligence of the Contractor or any of its officers, officials, agents,
employees or invitees, whether said negligence is contractual comparative negligence,
concurrent negligence, gross negligence or any other form of negligence. In no event,
however, shall contractor indemnify and save harmless the City, its agents or employees for
the City's negligent acts or omissions. It is understood and agreed that Contractor is not, and
has no responsibility as, a handler, generator, operator, treater, storer, transporter or disposer
of hazardous or toxic substances found or identified at a site unless required under federal or
state law.
6. INSURANCE: Contractor shall, at his or her own expense, purchase,
maintain and keep in force during the term of this contract such insurance as set forth below.
Contractor shall not commence work under this contract until he or she has obtained all the
insurance required under this contract and such insurance has been approved by City, nor
shall Contractor allow any subcontractor to commence work on his or her subcontract until
all similar insurance of the subcontractor has been obtained and approved. Professional and
general liability insurance policies provided under this contract shall be written on a claims-
made basis, and contractor must maintain these policies for a minimum of four years after
completion of the project or purchase the extended reporting period "tail coverages" or
provide a retro-date on any subsequent policy which will insure coverage remains in full force
FW/h/PRO POSAL/CO PPELL. STD/dr :2
Page 2 of 7
for all activities of the Contractor pursuant to this contract. If such extended reporting or
retro-dated policies are not available in the market, or if Contractor is unable to maintain the
policies for four years after completion of the project, Contractor shall provide surety or other
bonds acceptable to the City's Risk Manager to cover any damages arising or resulting from
this Contract. All other insurance policies provided under this Contract shall be written on an
occurrence basis. The insurance requirements shall remain in effect throughout the term of
this contract. The insurance requirements shall remain in effect throughout the term of this
contract.
A. Professional Liability Insurance: Including contractual liability in an amount
not less than $500,000, and pollution coverage extension.
B. Workers' Compensation: As required by law, Employers Liability Insurance
of not less than $100,000 for each accident, $100,000 disease-each employee,
~500,000 disease-policy limit.
C. Commercial General Liability Insurance, includinq Independent Contractor's
Liability, Completed Operations and Contractual Liability, covering, but not
limited to the indemnification provisions of this contract, fully insuring
Contractor's liability for injury to or death of employees of City and third parties,
extended to include personal injury liability coverage, and for damage to property
of third parties, with a combined bodily injury and property damage minimum
limit of ~500,000 per occurrence.
D. Comprehensive Automobile and Truck Liability Insurance, covering owned,
hired and non-owned vehicles, with a combined bodily injury and property
damage limit of ~500,000.00 per occurrence; or separate limits of $250,000 for
bodily injury (per person), $500,000 bodily injury (per accident), and $100,000
for property damage.
E. "Umbrella" Excess Liability Insurance: Insuring Contractor for an amount
not less than $1,000,000 combined single limit bodily injury and property
damage liability insurance, including death, in excess of the primary coverage
required hereinabove.
Each insurance policy to be furnished by Contractor shall include the following
conditions to the policy: (1) Name the City as an additional insured as to all applicable
coverage; (2) Each policy will require that thirty (30) days prior to the expiration, cancellation,
non-renewal or any material change in coverage, a notice thereof shall be given to City by
certified mail to: Risk Manager, City of Coppell, P.O. Box 478, Coppell, Texas 75019-0478;
(3) The term "Owner" or "City" shall include all authorities, boards, bureaus, commissions,
divisions, departments and offices of the City and the individual members, employees and
agents thereof in their official capacities, and/or while acting on behalf of the City; (4) The
policy phrase "other insurance" shall not apply to City where the City is an additional insured
on the policy; and (5) All provisions of the contract concerning liability, duty, and standards
of care together with the indemnification provision, shall be underwritten by contractual
liability coverage sufficient to include such obligations within applicable policies.
Concerning insurance to be furnished by Contractor, it is a condition precedent to
acceptability thereof that: (1) All policies are to be written through companies duly approved
FW/h/PROPOSAL/COPPELL.STD/dr:2
Page 3 of 7
to transact that class of insurance in the State of Texas; and (2) Insurance is to be placed
with carriers with a best rating of A:VII~
Contractor agrees to the following: (1) Contractor hereby waives subrogation rights
for loss or damage to the extent same are covered by insurance. Insurers shall have no right
of recovery or subrogation against the City, it being the intention that the insurance policies
shall protect all parties to the contract and be primary coverage for all losses covered by the
policies; (2) Companies issuing the insurance policies and Contractor shall have no recourse
against the City for payment of any premiums or assessments for any deductibles, as all such
premiums and deductibles are the sole responsibility and risk of the Contractor; and (3)
Approval, disapproval or failure to act by the City regarding any insurance supplied by the
Contractor (or any subcontractors) shall not relieve the Contractor of full responsibility or
liability for damages and accidents as set forth in the contract documents. Neither shall the
insolvency or denial of liability by the insurance company exonerate the Contractor from
liability.
Any of the insurance policies required under this section may be written in
combination with any of the others, where legally permitted, but none of the specified limits
may be lowered thereby. City's Risk Manager reserves the right to review the insurance
requirements stated in this Contract during the effective period of this Contract and to require
adjustment(s) of insurance coverages and their limits based upon changes in law, court
decisions, claims history of the industry as well as the claims history of the Contractor.
7. SAMPLE HANDLING AND RETENTION: Generally test samples or specimens
are consumed and/or substantially altered during the conduct of tests and Contractor will
dispose of any remaining residue only after receipt of written approval from City. Contractor
will maintain preservable test samples and specimens or the residue therefrom for thirty (30)
days after submission of Contractor's report to City free of storage charges. After the initial
thirty (30) days Contractor will retain test specimens or samples for a mutually acceptable
storage charge and period of time. In the event that samples contain substances or
constituents hazardous or detrimental to human health, safety or the environment as defined
by federal, state or local statutes, rules, regulations, or ordinances ("Hazardous Substances"
and "Hazardous Constituents, "respectively), Contractor will, after completion of testing and
at City's expense, return such samples to City or arrange for disposition consistent with a
mutually acceptable plan and in accordance with all applicable Federal, State and local rules,
including, but not limited to Texas Water Commission and Texas Railroad Commission Rules
and Regulations.
Contractor agrees to promptly notify City of any hazardous substance and any
special risk to human health, the environment or equipment on the site of which Contractor
becomes reasonably aware. Contractor agrees to notify the appropriate Federal, State or local
public agencies if required by law, or otherwise to disclose, in a timely manner, any
information that may be necessary to prevent any danger to health, safety, or the environment
or to provide any information available in Contractor's possession necessary for City's
required reporting, if any, per law. In connection with hazardous substances and constituents,
Contractor agrees to the maximum extent permitted by law to hold harmless City from and
against any and all claims and liabilities resulting from Contractor's negligence, including
violation of any Federal, State, or local statutes, regulations or ordinances relating to the
disposal of hazardous substances or constituents.
FWIhlPROPOSALICOPPELL.STDIdr:2 Page 4 of 7
8. TERMINATION: City may, at its option and without prejudice to any other
remedy it may be entitled at law or in equity, or otherwise under this Contract, terminate
further work under this Contract, in whole or in part by giving at least thirty (30) days prior
written notice thereof to Contractor, with the understanding that all services being terminated
shall cease upon the date specified on such notice.
9. INDEPENDENT CONTRACTOR: Contractor covenants and agrees that it will
perform the work hereunder as an independent contractor, and not as an officer, agent,
servant or employee of the City; that the Contractor shall have exclusive control of and the
exclusive right to control the details of the work performed hereunder, and all persons
performing same, and shall be liable for the acts and omissions of its officers, agents,
employees, contractors, subcontractors, and consultants; that the doctrine of respondeat
superior shall not apply as between the City and the Contractor, its officers, agents,
employees, contractors, subcontractors, and consultants, and nothing herein shall be
construed as creating a partnership or joint enterprise between City and Contractor.
10. DISCLOSURE: By signing this Contract, the Contractor acknowledges to the
City of Coppell that he has made full disclosure in writing of any existing conflicts of interest
or potential conflicts of interest, including personal financial interests, direct or indirect, in
property abutting the proposed Project and business relationships with abutting property
owners. The Contractor further agrees that he will make disclosure in writing of any conflicts
of interest which develop subsequent to the signing of this Contract and prior to final payment
under the Contract.
11. AUDIT: The Contractor agrees that the City shall, until the expiration of three
(3) years after final payment under this Contract, have access to and the right to examine any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this Contract. The Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give the Contractor reasonable advance notice of
intended audits.
12. VENUE: The parties to this Contract agree and covenant that this Contract
will be enforceable in Coppell, Texas; and that if legal action is necessary to enforce this
Contract, exclusive venue will lie in Dallas County, Texas.
13. ENTIRE AGREEMENT: This Contract embodies the complete agreement of
the parties hereto, superseding all oral or written previous and contemporaneous agreements
between the parties relating to matters herein; and except as otherwise provided herein,
cannot be modified without written agreement of the parties.
14, SEVERABILITY: If any of the terms, sections, subsections, sentences, clauses,
phrases, provisions, covenants, or conditions of this Contract are for any reason held to be
invalid, void or unenforceable, the remainder of the terms, sections, subsections, sentences,
clauses, phrases, provisions, covenants, or conditions of this Contract shall remain in full
force and effect and shall in no way be affected, impaired or invalidated.
15. SUCCESSORS AND ASSIGNS: The City and the Contractor each binds
themselves, their successors, executors, administrators and assigns to the other party to this
agreement, and to the successor, executors, administrators and assigns of such other party
FW/h/PROPOSAL/COPPELL.STD/dr:2
Page 5 of 7
in respect of all covenants of this agreement. The City nor the Contractor shall assign, sublet
· or transfer his interest in this agreement without the written consent of the other.
16. APPLICABLE LAW: This Contract is entered into subject to the Charter and
ordinances of City, as they may be amended from time to time, and is subject to and is to be
construed, governed, and enforced under all applicable State of Texas and federal laws. Situs
of this Contract is agreed to be Dallas County, Texas, for all purposes including performance
and execution.
17. DEFAULT: City reserves the right to terminate this agreement immediately
upon breach of any term or provision of this Contract by Contractor; or, if at any time during
the term of this Contract, Contractor shall fail to commence the work in accordance with the
provisions of this Contract or fail to diligently provide services in an efficient, timely, and
careful manner and in strict accordance with the provisions of this Contract or fail to use an
adequate number or quality of personnel or equipment to complete the work or fail to perform
any of its obligations under this Contract, then City shall have the right, if Contractor shall not
cure any such default after thirty (30) days written notice thereof, to terminate this Contract
and complete the work in any manner it deems desirable, including engaging the services of
other parties therefore. Any such act by City shall not be deemed a waiver of any other right
or remedy of City. If after exercising any such remedy the cost to City of the performance of
the balance of the work is in excess of that part of the Contract sum which has not
theretofore been paid to Contractor hereunder, Contractor shall be liable for and shall
reimburse City for such excess.
18. HEADINGS: The headings of this Contract are for the convenience of
reference only and shall not affect in any manner any of the terms and conditions hereof.
19. NON-WAIVER: It is further agreed that one or more instances of forbearance
by the City in the exercise of its rights herein shall in no way constitute a waiver thereof.
20. REMEDIES: No right or remedy granted herein or reserved to the parties is
exclusive of any other right or remedy herein by law or equity provided or permitted; but, each
shall be cumulative of every other right or remedy given hereunder. No covenant or condition
of this Contract may be waived without consent of the parties. Forbearance or indulgence by
either party shall not constitute a waiver of any covenant or condition to be performed
pursuant to this Contract.
21. EQUAL EMPLOYMENT OPPORTUNITY: The Contractor shall not discriminate
against any employee or applicant for employment because of race, age, color, religion, sex,
ancestry, national origin, disability, or place of birth. The Contractor shall take affirmative
action to insure that applicants are employed and that employees are treated during their
employment without regard to their race, age, color, religion, sex, ancestry, national origin,
disability, or place of birth. This action shall include, but not be limited to, the following:
employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff
or termination; rates of pay or other forms of compensation; and selection of training,
including apprenticeship.
22. NO THIRD PARTY BENEFICIARY: For purposes of this Contract, including its
intended operation and effect, the Parties (City and Contractor) specifically agree that: (1) the
Contract only affects matters/disputes between the parties to this Contract, and is in no way
intended by the Parties to benefit or otherwise affect any third person or entity,
FWIhlPROPOSAL/COPPELL.STD/dr:2
Page 6 of 7
notwithstanding the fact that such third person or entities may be in a contractual relationship
with City or Contractor or both; and (2) the terms of this Contract are not intended to release,
either by contract or operation of law, any third person or entity from obligations owing by
them to either the City or Contractor.
IN WITNESS WHEREOF, the parties enter into this contract on the date first written
above.
WITNESS
EMCON
Thomas D. Baker
Printed or Typed Name
PrinciDal
Printed or Typed Title
94-1738964
Tax Identification No.
2~TY OF /y~/~L,
,/
TEXAS
FW/h/PROPOSAL/COPPELL.STD/dr:2
Page 7 of 7
fIEON Baker-Shiflett, Inc.
· ~ 5701 East ~oop 820 Sourn · ;on' ',&/ort, l~ Texas 761 I0-7051 , (817) 478-825l, Metro (8',~) 572-34!: · ;ax ,8: 7'
SUPPLEMENTAL SCHEDULE OF CHARGES
LABORATORY
Effec~ve Jmmm'y 1. 19~
Strength and Volume Change Tests
Uncon~ned compression -
Undisturbed Shelby Tube Specimen ......................... $
NW Core Specimen ...................................
Absorption Pressure Swell tests ..............................
Consolidation tests ......................................
Triaxiai - 1.4-inch and 2.0-inch diameter specimens
(larger diameter specimens quoted upon request)
Unconsolidated Undrained:
Multiple specimen - 3 specimens minimum ...................
Single specimen - 3 points minimum .......................
Consolidated Undrained - with pore pressure
measurements:
Multiple specimen - 3 specimens minimum ...................
Single specimen - 3 points minimum .......................
Consolidated Drained:
Multiple specimen - 3 specimens minimum ...................
Single specimen - 3 points minimum .......................
Direct Shear - 2.5-inch diameter specimen
Q-Test - 3 points minimum ..............................
S-Test - 3 points minimum ...............................
Remolding samples .....................................
Physical/Engineering Properties
Moisture content and visual classification ........................ $
Atterberg limits tests ....................................
Unit dry weight and moisture content tests .......................
Minus 200 mesh sieve tests ................................
Hydrometer analysis (excludes specific gravity) ....................
Bar linear shdnk~e .....................................
Sieve Analysis ~rough 200 mesh sieve .........................
pH lime series (4 points minimum) ...........................
Specific gravity .......................................
Soil box resistivity ......................................
25.00/each
30.O0/each
85.00/each
195.00/each
65.00/spec.
50.O0/point
285.00/spec.
250.O0/point
410.O0/spec.
360.O0/point
125.00/point
185.00/point
35.00/each
lO.O0/each
40.O0/each
15.00/each
25 .(}O/each
75.00/each
lO.O0/each
45.00/each
200.00/each
45.00/each
75.0 0/each
FWtH:IFORMStCHGLAB-Frob:7
I of 3
Labo~toq
Moisture Density Relationship and Subgrade Strength
Standard Proctor (ASTM D 698) ............................. $
lodified Proctor (ASTM D 1557) ............................
TE×-113E ..........................................
Processing materials greater than No. 4 .........................
Addition of lime and cement ...............................
Classification (Unified or AASHTO) including tests .................
California Bearing Ratio (ASTM D 1883) .......................
125. O0/each
15 O. O0/each
170. O0/eac h
35.00/each
25.00/each
65 oOatmmple
150.O0/point
Hydraulic Conductivity Tests
Hydraulic conductivity (permeability) tests ....................... $ 150.00/each
Backpressure saturation ................................... 60.00/each
Additional charge for hydraulic conductivity tests in excess of 5 days ...... 35.00/day/spec
Additional charge for isolation chamber set up for leachate
(nonhaTnrdous) permeant ................................
Sample preparation .....................................
Remolding sample ......................................
Constant head hydraulic conductivity for coarse:grained soils ...........
50.O01spec
35.001each
50.00/each
100.00/each
(Equipment damaged by leachate will be charged at repair/replamnent cost)
Bentonite/Soil/Slurry Tests
Sample preparation, bentonite-water slurry ....................... $
Sample preparation, soil-bentonite ............................
Additional charge for sample preparation w/leachate (nonhazardous) .......
Slurry viscosity series w/Rheometer (3 determinations w/Marsh
correlation) ........................................
Slurry flitrate loss series (3 determinations) ......................
50.O0/each
50. O0/each
35.00/spec
150.O0/series
150.O0/series
Aggregates
Sieve analysis, including decantation ........................... $
Specific gravity, including absorption ..........................
Los Angeles abrasion ....................................
Sample Prqm-ation ...................................
Sulfate soundness (5 cycles) ................................
Additional cycles ....................................
Dry roddeal unit weights ..................................
Decantation (minus 200 mesh sieve) ...........................
Clay lumps, ASTM C 142 .................................
Light Weight pieces, ASTM C 123 ...........................
Organic impurities, ASTM C 40 .............................
45.00/each
55.001each
135.00/each
35.001each
250.O0/each
50.O0/each
25.00/each
25.00/each
35.00/each
50.O0/each
30.O0/each
F'W/H:/FORMS/CltGLA~F/bb:7 2 Of 3 t.aborau~7
T~
Con crete
Concrete mix design (includes trial batch, unit weight, air
content, slump, and making cylinders for one water-
cement ratio) ....................................... $
Concrete cylinders includes curing and testing .....................
Concrete beams includes curing and testing ......................
Concrete cores - measuring, preparing and compression testing ..........
Concrete cores - length measurement, ASTM C 174 .................
Hot Mix Asphaltic Concrete
Extraction, percent asphalt, and gradation ....................... $
Molding specimens, Marshall Method (set of 3) ....................
Laboratory density (set of 3) ...............................
Marshall Stability test (set of 3) .............................
Theoretical maximum density ...............................
Specific gravity and length of cores ...........................
Fire Resistive Materials
Density determinations ................................... $
Analysis or Data Interpretation
Printed report of data reviewed by a professional engineer,
per sample per report (minimum) ...........................
Engineering analysis or interpretation of data will be charged at the
appropriate engineering rate.
Laboratory Overtime
1.5 x test charge with a minimum of $59.00/hour of requind overtime.
230.O0/each
15. O0/each
22.00/each
35.00/each
15. O0/eac h
155.00/each
45.00/set
50.O0/set
75.001set
7'5. O0/each
25.00/each
30.O0/each
0.2/hours
FWm:n:OaUS/CNOL~-Fn,b:7 3 of 3 L~,,n~,~
INKON Baker-Shiflefi', inc.
5701 East LOaD 820 South · Fort WOrlln 'exas 75119-7051 · (817) 478-8254 · Mefro (8; 7) 572-341 ! , ;ax, 5 ! 7:47 B-88 ~4
SCHEDULE OF CHARGES
Effective Jmus~ 1, 1~
PERSONNEL CHARGES
Rate Per Hour
Professional:
Senior Manager/Technical Reviewer ........................ $ lIB.00 - 135.00
Project Managers/Senior Technical Staff ...................... 89.00 - 105.00
Project Staff ..................................... .. 57.00 - 90.00
Certified Industrial Hygienist/Toxicologists .................... 60.00 - 120.00
Technical:
FieM Technicians ....................................
Drafters/CAD Operators ................................
TechnicaJ Writers/Editors ...............................
37.00- 60.00
46.00- 60.00
55.00- 75.00
Administrative:
Office Services .....................................
Project Technician ...................................
39.00- 50.00
41.00- 65.00
Notes: A. Travel time will be charged in accordance with ~e above rates, up to a maximum of 8 hours
per day.
B. Expert testimony in deposition/trial at 150 percent of above rates.
DIRECT CHARGES
AutomobildPicimps per mile ........ $ 0.35
Blueprints: Blue Line per sq. ~ ....... 0.25
Blueprints: Sepia Mylar per sq. ~ ..... 1.75
CAD Laser Plots: Vellum per sq. fi .... 1.00
CAD Laser Plots: Mylar per sq. ft. $ 2.50
Color photographs per photograph 2.00
Reproduction per sheet (uo,xnxain,) .. 0.15
FW/H:IFORMSISCHCHG .95/t~: 12
1 of 2
Sd~lde of C!~rl, s