Loading...
HomeMy Public PortalAboutSeaside Engineering Continuing Serv Contract (106)City of Crestview, Florida PROFESSIONAL ENGINEERING SERVICES CONTINUING SERVICES CONTRACT THIS AGREEMENT is made this 2(e day of f(/. , 2018, between CITY OF CRESTVIEW, FLORIDA, a municipal corporation, whose address is P.O. Drawer 1209, Crestview, Florida 32536, the "City", and SEASIDE ENGINEERING AND SURVEYING, LLC, whose address is 6575 Highway 189 North, Baker, Florida 32531, the "Consultant". WHEREAS, the City desires to engage Consultant to provide professional engineering services on an as -needed basis; and WHEREAS, Consultant desires to render professional engineering services as described in the Scope of Services, and has the qualifications, experience, staff and resources to perform those services; and WHEREAS, the City, through a selection process conducted in accordance with the requirements of Florida law and City policy, has determined that it would be in the best interest of the City to award a contract to Consultant for the rendering of those services described in the Scope of Services. NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained, the parties hereto agree as follows: Page 1 of 14 SECTION 1: EMPLOYMENT OF CONSULTANT. The City hereby agrees to engage Consultant and Consultant hereby agrees to perform the services set forth in the Scope of Services. SECTION 2: SCOPE OF SERVICES. Consultant shall provide, on an as -needed basis, the professional engineering services in accordance with the Scope of Services attached hereto as Exhibit A. Services will be awarded on a project -by -project basis that may include any or all of the services listed in Exhibit A, or services not specifically mentioned but directly related to the specific discipline of the Consultant. There is no guarantee of any minimum volume of work during the contract period, and the City reserves the right to award work based on factors determined to be in the best interest of the City. Consultant may hire sub -consultants to be used for portions of the required services; however, the primary Consultant must be responsible for all the work performed. The contract amount for services on any single project or task order will not exceed the limit set forth by current Florida Statute. Assignments are to be carried out only after a description of the work to be accomplished has been agreed -to in writing, a written estimate of the cost for the assignment has been found acceptable to the City, and a written task order has been issued by the City. SECTION 3: THE CITY'S RESPONSIBILITY. Except as provided in the Scope of Services, the City's responsibilities are as follows: A. To provide, within a reasonable time from the request of Consultant, existing data, plans, reports, and other information in the City's possession or under the City's control which are necessary for the performance of the duties of Consultant as described in the Scope of Services; and to provide full information regarding requirements of the Scope of Services, including objectives, budget constraints, criteria, and other requirements that exist at the time of signing of this Agreement or which may develop during the performance of this Agreement. B. To give prompt written notice to Consultant if the City observes or otherwise becomes aware of any fault or defect in the Scope of Services or non-conformance with the documents which comprise this Agreement. C. To furnish required information and services and render approvals and decisions as necessary for the orderly progress of the Consultant's services. Page 2 of 14 c D. The City hereby designates the Director of Public Services or his designee to act on the City's behalf with respect to the Scope of Services. The Director of Public Services or his designee shall have complete authority to transmit instructions, receive information, and interpret and define City's policies and decisions with respect to materials, elements, and systems pertinent to Consultant's services. SECTION 4: CONTRACT TIME. A. The term of this contract shall be for THREE (3) years, beginning on the date of its complete execution, with option to renew for 1 additional term of THREE (3) years, at the sole discretion of the City, unless earlier terminated by the Crestview City Council. B. Consultant agrees to commence work in accordance with the time specified in each task order and complete the work within the time specified in the task order. The Consultant shall work on each task order continuously and expeditiously from the time the task order is issued. In the event that Consultant is delayed by acts of God, changes in the Project, extras to the task order, or failure of the City to make timely and proper payments, then Consultant shall, within forty-eight (48) hours of start of the delay, give written notice and request for an extension of time from the City. C. If Consultant fails, through its own fault, to complete the performance required in a task order within the time set forth, as duly adjusted, then City shall be entitled, as its sole remedy, to the recovery of direct damages, if any, resulting from such failure. D. No Damages for Delay/Cumulative Impact; Consultant shall not be entitled to any recovery for loss, expense, or damage due to delay. The Consultant shall not be entitled to any recovery for loss, expense, or damage as a result of cumulative impact due to change orders. SECTION 5: COMPENSATION. Compensation for the Scope of Services performed by the Consultant shall be payable as follows: A. The compensation basis shall be either lump sum or time and materials, both based on the rates set forth in the Rate Schedule attached hereto as Exhibit B, and as set forth in the approved written task order for each assignment. B. Compensation for travel expenses shall be as set forth in Section 112.061 Florida Statutes. Page 3 of 14 C. Consultant shall prepare and submit to the City Council for approval monthly invoices for the services rendered under this Agreement. Invoices for services shall be paid in accordance with the Florida Prompt Payment Act. All invoices shall be accompanied by a report identifying the nature and progress of the work performed. The statement shall show a summary of fees with an accrual of the total fees billed and credits for portions paid previously. The City reserves the right to withhold payment to Consultant for failure to perform the work in accordance with the provisions of this Agreement, and the City shall promptly notify Consultant if any invoice or report is found to be unacceptable and shall specify the reasons therefor. D. All representations, indemnifications, warranties and guaranties made in, required by, or given in accordance with this Agreement, as well as all continuing obligations indicated in this Agreement, will survive final payment and termination or completion of this Agreement. SECTION 6: DOCUMENTS. The documents which comprise this Agreement between the City and the Consultant are attached hereto and made a part hereof and consist of the following: A. This Agreement; B. Any written amendments, modifications or Addenda to this Agreement; C. Any task order and attachments thereto issued pursuant to this Agreement; D. Notice of Award and Notice to Proceed issued by City of Crestview; E. City of Crestview Request for Proposal (RFP) for Professional Engineering Services, including any Addenda thereto; F. Items submitted by Consultant in response to the RFP; In the event of a conflict between any documents comprising this Agreement, the documents shall be construed in the following order of priority: 1) the terms of this Agreement; 2) the provisions of the Request for Proposal; and 3) the Consultant's submittal provided in response to the City's Request for Proposal. Page 4 of 14 14 i SECTION 7: GENERAL CONSIDERATIONS. A. Ownership and Use of Documents; The documents prepared by the Consultant pursuant to this Agreement are instruments of the Consultant's service for use solely with respect to this Agreement. All reports, documents and materials prepared relating to services rendered hereunder shall be the property of the City, provided payment for applicable fees for their production has been made to the Consultant in accordance with the terms of this Agreement. The City shall retain and use the Consultant's documents for public record, information and reference and make use in connection with the City's compliance with any federal, state, county or city laws, codes, requirements, permits or any other mandate whatsoever. B. Equal Opportunity Employment; In connection with the work to be performed under this Agreement, Consultant agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity statutes and regulations. C. Standard of Performance; Consultant shall perform and complete the Scope of Services in a timely manner and in accordance with the standard of care, skill, and diligence customarily provided by an experienced professional in his or her field of expertise when rendering the same services, and in accordance with sound principles and practices generally acknowledged by professionals in his or her field of expertise. SECTION 8: DISCLOSURE REGARDING SECURING CONTRACT. Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee, working solely for Consultant, to solicit or secure this Agreement and that Consultant has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate this Agreement without liability, and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. Page 5 of 14 SECTION 9: TRUTH-IN-NEGOTIATIONS/PUBLIC ENTITY CRIMES AFFIDAVIT. Consultant certifies that wage rates and other factual unit costs supporting the compensation submitted are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate, incomplete, or non- current wage rates and other factual unit costs. Consultant represents that it has furnished a Public Entity Crimes Affidavit pursuant to Section 287.133, Florida Statutes, to the City. SECTION 10: INSURANCE. A. The Consultant shall purchase and maintain such commercial (occurrence form) or comprehensive general liability, professional liability, workers compensation, and other insurance as is appropriate for the services being performed hereunder by Consultant, its employees or agents. The amounts and types of insurance shall conform to the following minimum requirements: 1. Worker's Compensation Coverage must apply for all employees and statutory limits in compliance with the applicable state and federal laws. In addition, the policy must include the following: a. Employer's Liability with a minimum limit per accident in accordance with statutory requirements. b. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide City with ten (10) days' written notice of cancellation and/or restriction. 2. Comprehensive General Liability Coverage must include: a. $1,000,000 combined limit per occurrence for bodily injury, personal injury, and property damage. b. Contractual coverage applicable to this specific contract, including any hold harmless and/or indemnification agreement. c. Additional Insured. City is to be specifically included as an additional insured. d. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide City with ten (10) days' written notice of cancellation and/or restriction. Page 6 of 14 a 3. Comprehensive Automobile Liability Coverage must be afforded on a form no more restricted than the latest edition of the Comprehensive Automobile Liability Policy filed by the Insurance Services Office and must include: a. $1,000,000 combined single limit per accident for bodily injury and property damage. b. Owned Vehicles. c. Hired and Non -Owned Vehicles. d. Employee Non -Ownership. e. Additional Insured. City is to be specifically included as an additional insured. f. Notice of Cancellation and/or Restriction. The policy must be endorsed to provide City with ten (10) days' written notice of cancellation and/or restriction. 4. Professional Liability Coverage must include: a. Minimum limits of $1,000,000 per occurrence and in the aggregate for claims of malpractice, negligence, errors, and omissions. b. Notice of Cancellation and/or Restriction. The Policy must be endorsed to provide City with ten (10) days' prior notice of cancellation and/or restriction of coverage by changed exclusion. B. Certificates of Insurance evidencing the insurance coverage specified in this Section shall be filed with the City. The Certificates of Insurance shall be filed with the City before this Agreement is deemed approved by the City. The required Certificates of Insurance not only shall name types of policies provided, but also shall refer specifically to this Agreement. All the policies of insurance so required of Consultant, except professional liability and workers' compensation insurance, shall be endorsed to include as additional insured: the City, its officers, employees, and agents. If the initial insurance expires prior to completion of the work, renewal Certificates of Insurance shall be furnished thirty (30) days prior to the date of their expiration. C. Insurance coverage shall be placed with insurers or self-insurance funds, satisfactory to the City, licensed to do business in the State of Florida and with a resident agent designated for the service of process. All insurers shall have an "A" policyholder's rating Page 7 of 14 and a financial rating of at least Class IX in accordance with the most current Best's rating. Consultant shall provide the City with financial information concerning any self insurance fund insuring Consultant. At the City's option, a Best's rating or Self -Insurance Fund financial information may be waived. D. The City reserves the right to modify its insurance requirements with 60 days notice to Consultant. SECTION 11: LICENSING. The Consultant shall obtain all permits and maintain at its expense all professional and business certificates and licenses required by law and as necessary to perform services under this Contract. If Consultant performs any work without obtaining, or contrary to, permits and licenses, Consultant shall bear all costs arising therefrom. The City may waive fees for City controlled permits, but in no instance can the City waive permit requirements or fees beyond its control. SECTION 12: PERFORMANCE OF WORK/RESPONSIBILITIES. For each task, the Consultant will be issued a task order by the City's Public Services Director or designee. The Public Services Director or designee will issue verbal work orders only in emergency situations. The Consultant shall commence work in a reasonable length of time and shall complete the work in a expeditious manner. In emergency situations, the Consultant shall endeavor to commence work immediately. All work shall be done under the supervision of the City's Public Services Director or designated representative. The performance of work and responsibilities hereto are outlined and made a part hereof in the Task Order attached. SECTION 13: TERMINATION FOR DEFAULT. The Contract will remain in force for the full period specified and until the City's Public Services Director or his designee determines that all requirements and conditions have been satisfactorily met and the City's Public Services Director or his designee has accepted the work under the Contract Documents following the initial contract terms and all subsequent contract terms, including warranty and guarantee periods. However, the City's Public Services Director will have the right to terminate this Contract sooner if the Consultant has failed to perform satisfactorily the work required or comply with the other requirements of the Contract. Page 8 of 14 In the event the City's Public Services Director decides to terminate this Contract for the Consultant's failure to perform satisfactorily or meet its other responsibilities under the Contract, the City's Public Services Director will give the Consultant five (5) days notice, whereupon the Contract will terminate, unless during the notice period the Consultant cures the failure to perform or meets its other responsibilities under the Contract to the satisfaction of the City's Public Services Director. Upon Contract termination for the Consultant's failure to provide satisfactory contract performance, the Consultant will be entitled to receive compensation for Contract service satisfactorily performed by the Consultant and allocable to the Contract and accepted by the City's Public Services Director or his designee prior to such termination. However, an amount equal to all additional costs required to the expended by the City to complete the work covered by the Contract, including costs of delay in completing the project, shall be either subtracted from any amount due or amount charged to the Consultant in the event the City's Public Services Director terminates the Contract. Except as otherwise directed by the City's Public Services Director, in the case of termination for default (in which event the Consultant may be entitled to cure, at the option of the City's Public Services Director), the Consultant shall stop work on the date of receipt of the notice or other date specified in the notice, place no further orders or subcontract for materials, services or facilities except as are necessary for the completion of such portion of the work not terminated, and terminate all contractor and subcontracts and settle all outstanding liabilities and claims. In the event that any termination for default shall be found to be improper or invalid by any court of competent jurisdiction, then such termination shall be deemed to be a termination for convenience. SECTION 14: TERMINATION FOR CONVENIENCE. The performance of work under this Contract may be terminated by the City's Public Services Director in whole or in part whenever the City's Public Services Director, in his discretion, determines that the termination is in the City's best interest. Any such termination shall be effected by the City's Public Services Director giving at least five (5) days' notice to the Consultant, specifying the Page 9 of 14 extent to which performance of the work under this Contract is terminated and the date upon which termination becomes effective. As to termination for convenience, after receipt of the date of termination, the Consultant shall stop all work as specified in the notice; place no further orders or subcontract for materials, services, or facilities except as are necessary for the completion of such portion of the Work not terminated; immediately transfer all documentation and paperwork for terminated work to the City; and terminate all contractors and subcontracts and settle all outstanding liabilities and claims. SECTION 15: GOVERNING LAW. The parties intend that this Contract and the relationship of the parties shall be governed by the laws of the State of Florida. Venue for any action arising out of this contract shall be in Okaloosa County, Florida, and nowhere else. SECTION 16: ATTORNEY'S FEES. In any dispute relating to this Contract, each party shall be responsible for their respective attorney's fees and costs. SECTION 17: SUCCESSORS AND ASSIGNS. The City and Consultant bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of this Agreement. Neither the City nor Consultant shall assign or transfer any interest in this Agreement without the written consent of the other. SECTION 18: PUBLIC RECORDS. SEASIDE ENGINEERING AND SURVEYING, LLC, as Consultant, shall comply with the requirements of Florida's Public Records law. In accordance with Section 119.0701, Florida Statutes, Consultant shall: a. Keep and maintain public records required by the public agency in order to perform the service. b. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or Page 10 of 14 copied within a reasonable time at a cost that does not exceed the cost provided under Florida's Public Records Law or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of this contract if Consultant does not transfer the records to the public agency: and d. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of Consultant or keep and maintain public records required by the public agency to perform the service. If Consultant transfers all public records to the public agency upon completion of the contract, Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Consultant keeps and maintains public records upon completion of this contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. e. If Consultant has questions regarding the application of Chapter 119, Florida Statutes, to Consultant's duty to provide public records relating to this Agreement, Consultant shall contact the Custodian of Public Records at: City Clerk, City of Crestview 198 North Wilson Street P.O. Box 1209 Crestview, Florida 32536 (850) 682-1560 Extension 250 citvclerkacitvofcrestview.orq f. In the event the public agency must initiate litigation against Consultant in order to enforce compliance with Chapter 119, Florida Statutes, or in the event of litigation filed against the public agency because Consultant failed to provide access to public records responsive to a public record request, the public agency shall be entitled to recover all costs, including but not limited to reasonable attorneys' fees, costs of suit, witness, fees, and expert witness fees extended as part of said litigation and any subsequent appeals. Page 11 of 14 SECTION 19: EXTENT OF AGREEMENT. A. This Agreement represents the entire and integrated agreement between the City and Consultant and supersedes all prior negotiations, representations, or agreement, either written or oral. B. This Agreement may only be amended, supplemented, modified, changed, or canceled by a duly executed written instrument. C. This is a nonexclusive contract. The City has the right to enter into contracts with other consultants for the providing of engineering consulting services. SECTION 20: INDEMNIFICATION OF THE CITY. A. Consultant shall indemnify and hold the City, its officers and employees, harmless from and against any losses, damages, costs, and liabilities, including attorney's fees (including regulatory and appellate fees), or causes of action of whatsoever kind or nature, including, but not limited to, bodily injury, sickness, disease or death, infringement of copyright or patent, or injury to or destruction of property, which arise out of or are related to or in any way connected with this Agreement, but only to the extent caused by negligent act, error, or omission of Consultant, its agents, servants, or employees in the performance of services under this Agreement. B. The Consultant shall indemnify and hold harmless the City against all liens and claims of mechanics and materialmen furnishing labor and materials arising out of the performance of Consultant's professional services. SECTION 21: INDEPENDENT CONTRACTOR. Neither the City nor any of its employees shall have any control over the conduct of Consultant or any of Consultant's employees, except as herein set forth, and Consultant expressly warrants not to represent at any time or in any manner that Consultant or any of Consultant's agents, servants or employees are in any manner agents, servants, or employees of the City. It is understood and agreed that Consultant is, and shall at all times remain, as to the City, a wholly independent contractor and that Consultant's obligations to the City are solely as prescribed by this Agreement. Page 12 of 14 T SECTION 22: CONSTRUCTION. The parties have participated jointly in the negotiation and drafting of this Contract. In the event of an ambiguity or if a question of intent or interpretation arises, this Contract shall be construed as if drafted jointly by the parties and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any provision of this Contract. SECTION 23: HEADINGS. The headings of sections are for convenient reference only and shall not be deemed to limit, construe, affect, modify, or alter the meaning of such sections or subsections. SECTION 24: SEVERABILITY. If any section, subsection, term or provision of this Contract or the application thereof to any party or circumstance shall, to any extent, be invalid or unenforceable, the remainder of said section, subsection, term or provision of this Contract or the application of same to parties or circumstances other than those to which it was held invalid or unenforceable, shall not be affected and thereby each remaining section, subsection, term or provision of this Contract shall be valid or enforceable to the fullest extent permitted by law. SECTION 25: SOVEREIGN IMMUNITY. The parties further agree, nothing contained herein is intended nor shall be construed to waiver the City of Crestview's rights and immunities under the Florida Constitution, common law, or Florida Statutes 768.28, as amended from time to time. SECTION 26: NOTICES. All notices under the Contract shall be in writing and shall be effective when mailed by certified mail, return receipt requested, or when delivered personally, as provided hereafter, or to such other addresses as may be designated by notice. Consultant Contact: Timothy D. Bowden, P.E., P.S.M. 6575 Hwy. 189 North Baker, FL 32531 (850) 650-9563, Ext. 107 tim.bowden@seasllc.net City Contact: Fred B. Cook, P.E. 715 N. Ferdon Blvd. Crestview, FL 32536 (850) 682-6132, Ext. 109 fredcook@cityofcrestview.orG Page 13 of 14 c IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first written above. ATT f(� Elizab: M. Roy City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Ben L. Holley City Attorney STATE OF FLORIDA COUNTY OF OKALOOSA Acknowledged 1 Ylcurc, I , 2018, of SE 14S CITY OF CRESTVIEW, FLORIDA By: David Cadle, Mayor Date: 2-2(-1 SEASIDE ENGINEERING AND SURVEYING, LLC By: Date: 3//Z/8 and subscribed before me the undersigned notary on by I; m P)wcien ,the (insert title) , with legal corporate authority, and who is own to me or has produced identification of: re 50,,I1./ known -6) me . ,i,,pV ��,P�4,,,, LAURA M. GARRETT toi Notary Public - State of Florida Commission N FF 189824 % , ' My Comm. Expires May 8, 2019 :44�,- &MidWm. NaBaalNct" Assn Page 14 of 14 EXHIBIT "A" Seaside Engineering and Surveying, LLC Scope of Services 1-2-18 • Surveying Services • Mapping/GIS Services • General Civil Engineering • Parks • Landscape Architecture • General Architecture • Geotechnical Engineering • Wetlands Services • Grants (related to scope) w Staff Member SEAS Seaside Engineering And Surveying, LLC EXHIBIT B - FEE SCHEDULE Hourly Rate 1 Person Survery Crew* $ 105.00 2 Person Survey Crew* $ 140.00 3 Person Survey Crew* $ 150.00 4 Person Survey Crew* $ 190.00 1 Survey Person with Robotic Total Station $ 90.00 2 Survey Person Crew with Robotic Total Station $ 115.00 Licensed Surveyor $ 125.00 Principal $ 175.00 Licensed Engineer $ 150.00 Engineering Project Manager $ 100.00 Engineering Intern $ 80.00 Engineering CADD $ 80.00 Senior CAD Technician $ 85.00 CAD Technician $ 55.00 Administration $ 50.00 *Rates include survey equipment (including GPS) and supplies. 6575 Highway 189 N. Baker, FL 32531 Phone (850) 650-9563 Fax (850) 398-6812 I 4 SEAS Team Unit Rates for City of Crestview bradford mbert davis LANDSCAPE ARCHITECT Landscape Architect: $125.00 per hour DAG ARCHITECTS INC. Destin • Tallahassee • Pensacola • Panama City Principal Architectural Staff Administrative Project Managers/Licensed Architects $200 per hour $100 per hour $50 per hour $135 per hour FRED _ Fox ENTERPRISES, INC. Title Hourly Rate Grant Writer $ 150.00 Research Assistant $ 100.00 Draftsman $ 100.00 Administrator $ 100.00 Clerical $ 50.00 Fred Fox Enterprises, Inc. normally researches grant opportunities and develops grant applications based upon an agreed upon fee prior to beginning the development of the grant application. sale./ anoqe aql X S'T sae vonn AeP11ou pue *Pm pua3aam'sanug 6uDpom leuuou ammo vom 'Aeppd 46nowl AepuoW (wd 0£17of WVD sanoy 6uppom lewaou awnsse sales* 2111/ 00'SS$ NVIDINHD31 GV3 21H/ 00'56$ 2139VNVW 1J3f021d N-I/ 00'001$ 2133NION3133CO21d 21H/ 00'01I$ 2133NION31VDINHJ31030lVdIDNI21d 21H/ 00'0£T$ N33NION3lVDINH331039lVdI3NI&I210INAS S331A1:13S ON12:133NION3 3DNVM011V ONL1S31 S3I1213d021d DISV9 V3/ 00'SLt4 1S31 NOILV4IlOSNOJ V3/ 00'0St7$ 1531 (219l) 0I1VJ ONI21V38 )100213WIl V3/ 00'59$ 191 S1IWIl MBEI 1311V V3/ 00'00T$ (1N31NOO 3211-UMW V 1H9I3M lINn "l]NI) A1I1I9V3141213d V3/ 00'S£$ 3A31S OOZ# HSVM V3/ 00'SS$ SISAIVNV 3A3IS V3/ 00'51$ 1N31NOJ 2131VM S30IA133S ONI1S31 AEI01bIA08d1 IW/ 05'0$ 39V31IW NVIDINH331 ONI2133NION3 21H/ 00'OS$ NVIDINHl319NI2i33NI9N3 V3/ 00'08$ 3ldWVS )1lf19/391"11 A9l3HS/a3911f LSIONf1 NPd180 21H/ 00'SZT$ 3JNVM011V 3WLL 9NIAOW 1lfIJI±IO IW/ SL'0$ 30V31IW M3219 NVW-Z Al/ OS'ZT$ S9NI2108 39021d/20911V Al/ 001Z$ 13 09-TE _LA 0£-0 S9NI2108 40dI2l1 Al/ 00'61$ Al/ 00'81$ ld OZT-T8 ld 08-It, 13 017-0 SW21091531 NOLLVN13N3d CINVONVIS Al/ 00'ST$ Al/ 00'£T$ V3/ 00'SL17$ IW SZT-9L IW SL-9Z IW SZ-0 NOLLVZIlI90W V3/ 00'5Z17$ V3/ 00'OS£$ 31Va 11Nf1 S30IALI3S ON111idQ/%111S31 a1313 91b1 ""+S u UNIVERSAL ENGINEERING SCIENCES Drilling Services I Unit Rate Mobilization - Truck Rig Mobilization of Truck -Mounted Drill Rig & Crew (0 - 50 miles) Lump Sum $ 300.00 Mobilization of Truck -Mounted Drill Rig & Crew (>50 miles) Per Mile $ 3.00 Mobilization -ATV Rig Mobilization of ATV Rig & Crew (0 - 50 miles) Lump Sum $ 400.00 Mobilization of ATV Rig & Crew (>50 miles) Per Mile $ 3.00 Mobilization - Tripod Equipment Mobilization of Tripod Drilling Equipment (0 - 50 Mile Radius) Lump Sum $ 325.00 Mobilization of Tripod Drilling Equipment (>50 Mile Radius) Per Mile $ 3.00 Trash Pump Rental for Tripod Per Day $ 150.00 Mobilization of Core Machine I Lump Sum $ 100.00 Mobilization of Support Truck Lump Sum $ 150.00 Drill Service from Floating PlatformlBarge Lump Sum TBD Standard Penetration Test (SPT) Boring ASTM D 1586 SPT Borings (Truck -Mount and Mudbug) (0 - 50 feet) Per Foot $ 9.00 SPT Borings (Truck -Mount and Mudbug )(50 - 100 feet) Per Foot $ 11.00 SPT Borings (Truck -Mount and Mudbug )(100 - 150 feet) Per foot $ 15.00 SPT Borings (Tripod Equipment) Per Foot $ 11.00 Installation of Temporary Steel Casing (0 to 100 feet) I Per Foot $ 6.00 Auger Borings I Per Foot $ 8.00 Undisturbed Sampling (Shelby Tube) I Each I $ 75.00 Extra Split -Spoon Sampling I Each $ 35.00 Muck Probing ASTM D 4544 2-Man Crew ($300 minimum) Per Hour $ 105.00 3-Man Crew ($450 minimum) Per Hour $ 145.00 Site Clearing I Lump Sum I $ 850.00 2-Man Crew (Hand Auger Borings up to 10') I Per Hour $ 80.00 2-Man Crew (Site Clearing, Difficult Moving, or Standby) I Per Hour $ 80.00 Grouting Boreholes I Per Foot $ 4.00 Cold Patch Asphalt I Per Hole S 3.00 Cutting Cores (Includes Diamond Bit Charge) I Per Core $ 75.00 Containerize and Disposal Soil Cuttings Off -Site (50 gal. drum) I Per Drum S 50.00 Double Ring Infiltrometer (DRI) Test I Per Test I S 400.00 Field Electrical Resistivity Test I Per Test S 400.00 Laboratory Services Unit Rate Natural Moisture Content - ASTM D2216, FM T-265 Per Test S 5.00 Soils Finer Than No. 200 Sieve - ASTM D1140, AASHTO 711 I Per Test S 25.00 Coarse Aggregate Grainsize Analysis ASTM D136, AASHTO T27 Per Test $ 70.00 Grainsize Analysis with Hydrometer- ASTM D422 I Per Test S 115.00 Specific Gravity (Fine Aggregate) -ASTM C128, AASHTO 7100 Per Test S 125.00 Specific Gravity (Coarse Aggregate) - ASTM C127 I Per Test S 75.00 Organic Content Test - AASHTO T267 I Per Test S 35.00 Laboratory Remolded Permeability Test - FM 5-513 I Per Test S 125.00 Laboratory Shelby Tube Permeameter - ASTM D5856 I Per Test S 125.00 Limerock Bearing Ratio (LBR) - FM 5-515 Per Test S 275.00 California Bearing Ratio (CBR) - ASTM D1883 I Per Test S 275.00 Atterberg Limits - ASTM D4318, AASHTO T88 & T89 I Per Test I S 85.00 Modified Proctor - ASTM D1557, AASTO T180 I Per Test $ 75.00 Standard Proctor - ASTM D698, AASTO 799 I Per Test S 75.00 pH - FM 5-550 Per Sample S 35.00 Resistivity - FM 5-551 I Per Sample S 50.00 Chloride - FM 5-552 I Per Sample S 50.00 Sulfate or Sulfide - FM 5-553 I Per Sample 15 50.00 Corrosion Series/Resistance (pH, R, CL, Su) I Per Sample S 200.00 Unconfined Compression Test I Per Sample S 125.00 Triaxial Compression Test (R, S, T; included mohrs circle) Per Sample S 450 00 with Back Pressure Saturation and Pore Pressure Measurements, add Per Sample S 350.00 Consolidation Per Sample $ 450.00 wth Hysteresis Loop Per Sample $ 75.00 Professional Services Principal Engineer, P.E./Principle Geologist, P.G. I Per Hour S 135.00 Senior Engineer, P.E./Senior Geologist, P.G. I Per Hour $ 120.00 Project Engineer/Scientist I Per Hour S 90.00 Staff Engineer/Scientist I Per Hour S 85.00 Senior Engineering Technician I Per Hour S 65.00 Engineering Technician I Per Hour $ 50.00 CADD/Drafting I Per Hour I S 50.00 Clerical/Ad m in I Per Hour S 40.00 N I. ITT ND V NC OR POR AT E D Title Hourly Rate Senior Scientist (MS or Ph.D.) $ 85.00 Environmental Scientist (BS) $ 65.00 Biologist (BS) $ 65.00 Environmental Specialist $ 45.00 Drafting Personnel $ 40.00 Clerical $ 30.00