Loading...
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