HomeMy WebLinkAboutMINUTES - 06041996 - C1 TO: BOARD OF SUPERVISORS lar
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
DATE: June 4, 1996
SUBJECT: Approve Consulting Service Agreement with Geo/Resource Consultants, Inc. for
Geotechnical Services for the Bailey Road Bridge Replacement Project.
Project No.: 0662-6R4249-95
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
APPROVE and AUTHORIZE the Public Works Director to execute the Consulting Services
Agreement with Geo/Resource Consultants, Inc. to provide a geotechnical site analysis and
recommendations for the above-referenced project.
II. Financial lmpact:
The estimated contract cost is $20,330 funded by Highway Bridge Rehabilitation and
Replacement Program (80%) and County Road Funds (20%).
III. Reasons for Recommendations and Background:
The existing Bailey Road bridge over Mount Diablo Creek in the North Concord area is deficient
in width and load capacity. The bridge has qualified for replacement under the Federal Highway
Bridge Rehabilitation and Replacement Program.
The services of a consultant are needed to provide field investigations, laboratory tests, and
conclusions and recommendations regarding soil characteristics related to the replacement of the
Bailey Road Bridge. Geo/Resource Consultants, Inc. was selected from a group of several firms
solicited to provide these services.
Geo/Resource Consultants, Inc. is a certified DBE firm and will meet the County's DBE goals
through the use of their own forces.
Continued on Attachment: X SIGNATURE: C��G�-�--�
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE —OTHER
SIGNATURE(S):
ACTION OF BOARD ON If 19 9 to APPROVED AS RECOMMENDED Y, OTHER_
VOTE OF SUPERVISORS
�l UNANIMOUS (ABSENT )
AYES: NOES:
ABSENT: ABSTAIN:
JY JIg 1 hereby certify that this Is a trUeandCOlret tt Qpyof
c�BO:B01.t5 an action taken and entered on the minutes of the
Board of Supervisors on the date shown.
Contact: Joe Yee 313-2323 ATTESTED:
Orig.Div: Public Works(Design Division) PHIL BA PHELOR,CIGfk of the oard
cc: Auditor Controller of Supervi ors and County Administrator
E.Kuevor,CAO
P.W.Accounting By )-,Deputy
Approve Consulting Service Agreement with Geo/Resource Consultants, Inc. for Geotechnical Services
for the Bailey Road Bridge Replacement Project
Page 2
June 4, 1996
IV. Consequences of Negative Action:
If the Consulting Services Agreement with Geo/Resource Consultants, Inc. is not approved,
design of the project cannot be completed and the County may lose the federal matching funds.
i
- CONSULTING SERVICES AGREEMENT bre
1. Special Conditions. These Special Cor ons are incorporated below by reference.
(a) Public Agency: Contra Costa County Public Works
(b) Consultant's Name & Address: Geo/Resource Consultants, Inc.
505 Beach Street
San Francisco, CA 94133
(c) Project Name, Number & Location: Bailey Road Bridge Replacement, 0662-6R4249-95
(d) Effective Date: Phase I: June 4, 1996 (e) Payment Limit(s): Phase I: $15,330
Phase II: May 1, 1997 Phase II: $5,000 \�
(f) Completion Date(s): Phase I: July 26, 1996
Phase II: Upon project acceptance by the County Board of Supervisors V
(g) Federal Taxpayer's I.D. or Social Security Number: 94-2479046
2. Signatures. These signatures attest the parties' agreement hereto: 4 /U 1
PUBLIC AGENCY CONSULTANT
By: J. Michael Watford
Public Works Director By:
(Designate official capacity in the business
Type of Business (sole proprietorship, government
agency, partnership, corporation, etc.)
If Corporation, State of Incorporation:
By: By:
(Designate official capacity in the business)
Note to Consultant: For corporations, the contract must be signed by two officers. The first signature must be that of the chairman
of the board, president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial
officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps. Code. Sec. 313.) The acknowledgment below must be signed by a
Notary Public.
CERTIFICATE OF ACKNOWLEDGEMENT
State of California )
ss.
County of )
on the date written below, before me, the undersigned Notary Public, personally appeared the person(s) signing above for Consultant,
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and
that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Dated:
Notary Public
(Notary's Seal)
3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as follows:
4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional
services described herein, upon the terms and in consideration of the payments stated herein.
5. Scope of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof by this
reference.
6. Report Disclosure Section. Any document or written report prepared hereunder by Consultant, or a subcontractor, for Public
Agency shall contain, in a separate section, the numbers and dollar amounts of this contract and all subcontracts relating
to the preparation of such document or written report, provided that the payment limit specified in Sec. 1(e) exceeds $5,000.
When multiple documents or written reports are the subject or products of this agreement, the disclosure section may also
contain a, statement indicating that the total contract amount represents compensation for multiple documents or written
reports.
7. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a) Workers'
Compensation Insurance pursuant to state law; (b) Professional Liability Insurance with minimum coverage of $1,000,000 and
a maximum deductible of $50,000; and (c) Comprehensive General Liability Insurance, including blanket contractual (or
contractual liability) coverage, broad form property damage coverage, and coverage for owned and non-owned vehicles, with
a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease; or death to
any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence, and naming
Public Agency, its/their governing bodies, officers and employees as additional insureds. Consultant shall promptly furnish
to Public Agency certificates of insurance evidencing such coverage and requiring 30 days' written notice to Public Agency
of policy lapse, cancellation or material change in coverage.
8. aP yment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached
hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed.
Notwithstanding the foregoing, those incidental expenses specifically itemized in Appendix B shall be reimbursable by Public
Agency to Consultant, provided that Consultant submits copies of receipts and, if applicable, a detailed mileage log to Public
Agency. In no event shall the total amount paid to Consultant exceed the payment limit(s) specified in Sec. 1(e) without
prior written approval of the Public Agency. Consultant's billing statements shalt be submitted at convenient intervals
approved by Public Agency and shalt list, for each item of services, the employee categories, hours and rates. Payment will
be made within thirty (30) days after receipt of each statement. 1
9. Status. The Consultant is an independent contractor, and shalt not be considered an employee of Public Agency.
10. Time for Completion. Unless the time is extended in writing by Public Agency, Consultant shall complete all services covered
by this Agreement no later than the Completion Date(s) listed above.
11. Record Retention and Auditing. Except for materials and records delivered to Public Agency, Consultant shall retain all
materialsnd records prepared or obtained in the performance of this Agreement, including financial records, for a period
of at leas"five years after Consultant's receipt of the final payment under this Agreement. Upon request by Public Agency,
at no additional charge, Consultant shall promptly make such records available to Public Agency, or to authorized
representatives of the state and federal governments, at a convenient location within Contra Costa County designated by Public
Agency, and without restriction or limitation on their use.
12. Documentation. Consultant shall prepare and deliver to Public Agency at no additional charge, the items described in Appendix
A to document the performance of this Agreement and shall furnish to Public Agency such information as is necessary to enable
Public Agency to monitor the performance of this Agreement.
13. Ownership of Documents. All materials and records of a finished nature, such as final plans, specifications, reports, and
maps, prepared or obtained in the performance of this Agreement, shall be delivered to and become the property of Public
Agency. ALL materials of a preliminary nature, such as survey notes, sketches, preliminary plans, computations and other
data, prepared or obtained in the performance of this Agreement, shall be made available, upon request, to Public Agency at
no additional charge and without restriction or limitation on their use.
14. Extra Work. Any work or services in addition to the work or services described in Appendix A shall be performed by Consultant
according to the rates or charges listed in Appendix B. In the event that no rate or charge is listed for a particular type
of extra work, Consultant shall be paid for the extra work at a rate to be mutually agreed on prior to commencement of the
extra work. In no event shall Consultant be entitled to compensation for extra work unless a written authorization or change
order describing the work and payment terms has been executed by Public Agency prior to the commencement of the work.
15. Payment Retention. Public Agency shall retain ten percent (10!) of the monies due the Consultant as security for the
fulfillment of this Agreement. After the Consultant has completed all work under this Agreement, submitted final billing,
and the Public. Agency has found the work to be accurate, the Public Agency will pay all withheld funds. Payment of withheld
funds will be made within thirty (30) days of completing this work and submittal of a final billing. A retention will not
be withheld for any "on-call" work.
16. Termination by Public Agency. At its option, Public Agency shall have the right to terminate this Agreement at any time by
written notice to Consultant, whether or not Consultant is then in default. Upon such termination, Consultant shall, without
delay, deliver to Public Agency aLL materials and records prepared or obtained in the performance of this Agreement, and shall
be paid, without duplication, all amounts due for the services rendered up to the date of termination.
17. Abandonment by Consultant. In the event the Consultant ceases performing services under this Agreement or otherwise abandons
the project prior to completing all of the services described in this Agreement, Consultant shall, without delay, deliver
to Public Agency all materials and records prepared or obtained in the performance of this Agreement, and shall be paid for
the reasonable value of the services performed up to the time of cessation or abandonment, less a deduction for any damages
or additional expenses which Public Agency incurs as a result of such cessation or abandonment.
18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement or otherwise breaches
this Agreement, Public Agency shall have the right to pursue all remedies provided by law or equity. Any disputes relating
to the performance of this Agreement shalt not be subject to non-judicial arbitration. Any litigation involving this
Agreement or relating to the work shall be brought in Contra Costa County, and Consultant hereby waives the removal provisions
of Code of Civil Procedure Section 394.
19. Compliance with Laws. In performing this Agreement, Consultant shalt comply with all applicable Laws, statutes, ordinances,
rules and regulations, whether federal, state or local in origin.
20. Assignment. , This Agreement shall not be assignable or transferable in whole or in part by Consultant, whether voluntarily,
by operation of law or otherwise; provided, however, that Consultant shall have the right to sub-contract that portion of
the services for which Consultant does not have the facilities to perform so long as Consultant notifies Public Agency of
such subcontracting prior to execution of this Agreement. Any other purported assignment, transfer or sub-contracting shall
be void.
21. Endorsement on Plans. Consultant shall endorse all plans, specifications, estimates, reports and other items described in
Appendix A prior to delivering them to Public Agency.
22. Patents and Copyrights— The issuance of a patent or copyright to Consultant or any other person shall not affect Public
Agency's rights to the materials and records prepared or obtained in the performance of this Agreement. Public Agency
reserves a license to use such materials and records without restriction or limitation, and Public Agency shall not be
required to pay any additional fee or royalty for such materials or records. The license reserved by Public Agency shall
continue for a period of fifty years from the date of execution of this Agreement, unless extended by operation of law or
otherwise.
23. Indemnification. Consultant shalt defend, indemnify, save and hold harmless Public Agency, its/their governing bodies,
officers and employees from any and all claims, costs and liability for any damages, injury or death arising directly or
indirectly from, or connected with, the services provided hereunder and due to, or claimed or alleged to be due to, negligence
or willful misconduct of Consultant, its officers, employees, agents, subconsultants, or any person under its direction or
control, save and except claims or litigation arising through the sole negligence or sole willful misconduct of Public Agency,
and will make good to and reimburse the indemnitees for any expenditures, including reasonable attorney's fees, the
indemnitees may make by reason of such matters and, if requested by any of the indemnitees, will defend any such suits at
the sole cost and expense of Consultant. Consultant's obligations under this section shall exist regardless of concurrent
negligence or willful misconduct on the part of the Public Agency or any other person; provided, however, that Consultant's
obligation to indemnify shall be limited to the proportion of negligence or willful misconduct attributable to Consultant,
its subconsultants, or any person under Consultant's direction or control.
24. Heirs. Successors and Assigns. Except as provided otherwise in Section 20 above, this Agreement shall inure to the benefit
of and bind the heirs, successors, executors, personal representatives and assigns of the parties.
25. Public Endorsements. Contractor shall not in its capacity as a contractor with Public Agency publicly endorse or oppose the
use of any particular brand name or commercial product without the prior approval of the Public Agency's governing board.
In its Public Agency Contractor capacity, Contractor shall not publicly attribute qualities or lack of qualities to a
particular brand name or commercial product in the absence of a well-established and widely-accepted scientific basis for
such claims or without the prior approval of the Public Agency's governing board. In its Public Agency contractor capacity,
Contractor shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand
name or commercial product, even if Contractor is not publicly endorsing a product, as long as the Contractor's presence in
the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Public Agency.
Notwithstanding the foregoing, Contractor may express its views on products to other contractors, the Public Agency's
governing board, its officers, or others who may be authorized by the Public Agency's governing board or by law to receive
such views.
26. Proiect Personnel. In performing the services under this Agreement, Consultant shall use the personnel listed in Appendix
C, attached hereto and made a part hereof by this reference. Changes in project personnel may only be made with Public
Agency's written consent, and Consultant shall notify Public Agency in writing at least thirty (30) days in advance of any
proposed change. Any person proposed as a replacement shall possess training, experience and credentials comparable to those
of the person being replaced.
Attachments: Appendix A, Appendix B, Appendix C
Form approved by County Counsel (8/93)
g:\design\work\baileybr.csa
05-06-96
MAY 15 '96 05:30PM GEOR*CE C, ' APPENDIX A
Aftmove Geo/Resource Consultants, Inc. Corp5,05 ieacn Street
GEOLOGISTS/ENGINEERS/ENVIRONMENTAL SCIENTISTS 505 BeaCn 4133
San Francisco,California 94133
(415)775-3177 FAX(415)775-2359
Regional Offices: Arizona Calirornla Hawaii Virginia
May 15, 1996
9601-064
Public Works Department
255 Glacier Drive
Martinez,California 94553-4897
Attention: Mr. Joseph Yee
RE: PROPOSAL
GEOTECHNICAL ENGINEERING SERVICE
PROPOSED BAILEY ROAD BRIDGE REPLACEMENT
CONCORD,CALIFORNIA
Ladies and Gentlemen:
Geo/R.esource Consultants Inc. (GRC) is pleased to present this proposal to perform a
geotechnical investigation for the foundation of the proposed bridge referenced above. In
preparing this proposal, we have visited the site and reviewed the proposed contract document
(dated May 6, 1996) that you have sent to our office.
PROJECT BACKGROUND
We understand that the proposed bridge will consist of a 40 foot-long, single span, reinforced
concrete structure. The new bridge will replace the existing bridge and a detour embankment
will be constructed during the bridge replacement. The scope of this proposal is directed toward
the bridge structure only, as the embankment fill is outside the scope of this service.
SCOPE OF SERVICES
The scope of our service has been delineated in your contract document. It consists of two
phases: a Phase 1 investigation, which would follow the Caltrans format for a Foundation
Investigation, containing the detailed scope attached as Appendix A in your document; and Phase
2, which is on-call construction service. GRC proposes to perform our work in accordance with
the attached scope of services. Specifically, we propose to drill two borings, to depths of 50 to
65 feet deep, within the existing roadway. This will necessitate closure of one lane of traffic
during drilling.
COST ESTIMATE
GRC proposes to perform our services for the costs shown in our cost proposal, which is attached
as Appendix B. The total cost of Phase 1 will not exceed$ 15,330. The cost for phase 2 will be
on a time-and-expense basis in accordance with our schedule of Standard Charges attached.
GDl 14:9601-064.DOC
f
MAY 15 '96 05:31PM 6EOURCE APPENDIX A
May 15, 1996
9601-064
Page 2
PROJECT SCHEDULE
GRC will initiate our work within 7 days upon your notice to proceed. The work will be
completed within 4 weeks from field exploration.
We trust that we have provided the information your need at this time. We welcome the.
opportunity to discuss our understanding of the requested scope of service, and will answer any
questions you may have.
Veiy truly yours,
GEO/RESOURCE CONSULTANTS,INC.
Alan D. Tryho G.
Senior Vice Presi ent
ADT:csc
Attachments
GD114:9601-064.DOC
Geo/Resource Consultants, Inc.
APPENDIX A - SCOPE OF SERVICE
Consultant shall provide full and complete geotechnical investigation and report in accordance
with the scope of service described in this agreement for a bridge replacement project on Bailey
Road at Mount Diablo Creek in the Concord area.
Description of Work to be Done (Scope of Service): Public Agency hereby employs Consultant,
and Consultant accepts such employment, to perform the professional services described herein,
upon the terms and in consideration of the payments stated in the Consulting Services Agreement
for Geotechnical Services.
Consultant Services: Consultant shall prepare a written report which shall include graphic and
tabular data where necessary. The written report shall contain an interpretation and analysis of
the data as well as definite engineering recommendations for the foundation design of a 40 foot,
single span reinforced concrete bridge based upon various factors, including economic analysis.
Also, the materials and conditions which may be encountered during construction shall be
discussed. The scope of service is described in greater detail as follows:
1. The Consultant shall recommend the total number of borings, minimum depth, and specific
locations to support design of the bridge.
Consultant shall explore, sample and classify foundation soils at the site to such depths
as necessary to determine the depth to the foundation supporting stratum and determine
the subsurface conditions which may significantly affect the structure and construction.
All provisions needed to gain access and enter upon public or private lands to perform
work will be the responsibility of the County. However, the Consultant shall accept all
liability for any damages or disputes that are a result of either the Consultant's employees
or subcontractors' use of this access.
A Log of Test Borings shall be included in the geotechnical report, showing in plan view
the location of each boring or test-pit. A log of each boring shall be shown in elevation
view on the sheet. Information presented shall conform to Caltrans format for foundation
studies. Information which shall be shown on plots of test borings is as follows:
• Size and type of boring tube and sampler.
• Description of sampling methods and in-situ tests performed.
• Soil description and depth of strata.
• Test results including Standard Penetration Test. (ASTM D-1586-84)
• Groundwater elevation.
• Elevation and location of the top and bottom of each boring.
• Name acid title of person conducting the field study.
1
i
M •
APPENDIX A
• Name and title of registered Engineering Geologist or Civil Engineer approving the
"Log of Test Borings."
• Report and drawings shall be in metric units.
2. The Consultant shall recommend the type of support (i.e., pile or spread footing
foundation).
3. Recommendations for pile support shall include the following information as a minimum.
• Method of support -friction or end bearing, in rock or soil or both.
• Suitable pile type or types - reasons for choice and/or exclusion of types. Use of
Caltrans standard piles is preferable.
• Specified and probable pile tip elevation.
• Pile design load and ultimate capacity in compression and tension. Specify the
safety factor.
• Depth of pile cap to avoid exposure by .scour, if applicable.
• Scour depth elevation and method of determination, if applicable.
• Reduction of pile capacity due to negative skin friction.
• Allowable pile loading and moment diagrams for laterally loaded piles.
• Settlement considerations - requirements of structure vs. soil conditions.
• Cut-off elevations -water table.
• Load tests required and use of dynamic pile driving formula.
+ • Corrosion effects of various soils and waters, and possibility of galvanic reactions--
pH level, water soluble sulfate (%), and resistivity (ohms-cm).
4. Recommendations for footing foundation shall include the following information as a
minimum:
• Elevation for bottom of footing.
• Allowable and ultimate soil pressure (for bearing and for settlement) considering
soil, adjacent foundations, water table, etc. (Include safety factor).
2
APPENDIX A
• Estimated settlement at uniformly distributed allowable load.
• A description of the material on which footing is to be placed.
5. Anticipated lateral loads on abutments and wingwalls due to earth pressure and seismic
loading along with the allowable resisting stresses, including the following:
• Soil unit weight.
• Equivalent fluid pressure and method of determination.
• Internal friction angle.
• Cohesive strength.
• Method of determining the earth pressures.
6. Approach Fill Considerations:
• Consolidation of existing ground below fills for either spread footings or pile
foundations.
• Specify allowable embankment side slopes.
7. Construction Considerations:
• Water table -fluctuations, control in excavations, pumping, tremie seals, etc.
• Existing structures - protection against damage from excavation, drainage, etc.
• Pile driving -difficulties or unusual conditions which may be.encountered,-overhead
or underground.
• Excavation - control of earth slopes including shoring, sheeting, bracing, and
special procedures, variation in type of material encountered, maximum cut slopes
(temporary and permanent), etc.
8. Seismic Considerations:
• The location of the bridge relative to active faults.
• The effect of a maximum credible earthquake from an active fault, name of
causative fault and distance from bridge.
• Maximum credible bedrock acceleration. (From "GDMG--45" - Mualchin, Lalliana
3
APPENDIX A
(1987) California Division of Mines and neology Map Sheet 45, Rock acceleration
from Maximum Credible Earthquakes in California).
• Depth to "rock-like" material.
• Need for "Seismic Approach Slab."
9. Road Widening Considerations:
• Presence of material subject to settlement.
• Presence of highly expansive soils.
• Relative compaction of existing ground.,
• Maximum stable slopes.
• R-Value of the existing basement material.
JY:jlg
g Adesign\work\baileyrd.scp
05/06/96
t
4
MAY 15 196 05 31PM GEOR RCE P.4
APPENDIX B
COST PROPOSAL
PHASE 1 LABOR RATES
LABOR
HOURS RATE TOTAL
Project Director 12 40.00 480.00
Senior Engineer 34 36.00 1224.00
Engineer 61 25.00 1525.00
Clerical/Drafting 20 15.50 310.00
Total Labor $3,539.00
INDIRECT COSTS (Overhead)
Overhead.Rate 175°!0
Total Overhead $6,1930Q
DIRECT COSTS
COST
Driller 1960.00
Lab (incl. 1 R-value, 1 corros.) 950.00
Trak Control Sub 850.00
Permit fees 267.00
Copying,Photography,N isc. 200.00
Field Supplies,Equipment 235.00
Total Direct Costs $,,462.00
FEE(Profit) S1.136.00
TOTAL COST 115330.00
I
GD 110401064A.DOC
— ��,, Geo/Resource Consultants, Incl
05/14M I1��: i—9�'i LPM-�€(DRAMI E CCC PUBLIC WORKS P.5 t�002
a
w
a �
Fav ° o
F m a =c t J-uj
�._
� 0
W
ova
m .e M
� ;
L. y
a
{L .J U!
C, 1 APPENDIX B
GRC:
PHASE 2 LABOR RATES Client:
GEO/RESOURCE CONSULTANTS, INC.
STANDARD CHARGES FOR PROFESSIONAL SERVICES
(Effective March 1, 1995)
PROFESSIONAL SERVICES HOURLY RATE
Principal $125.00 -195.00
Certified Industrial Hygienist $85.00 -135.00
Supervising Engineer/Geologist $85.00 -135.00
Supervising Hydrogeologist/Scientist $85.00 -135.00
Senior Engineer/Geologist/Hydrogeologist/Scientist $85.00 -115.00
Project Engineer/Geologist/Hydrogeologist/Scientist $70.00 - 85.00
Staff Engineer/Geologist/Hydrogeologist/Scientist $55.00 - 70.00
Field/Laboratory Technician $50.00 - 60.00
Draftsperson $48.00 - 55.00
Word Processor $38.00 - 50.00
Contracts and Billing Administration $45.00 - 60.00
Clerical $28.00 - 35.00
Litigation Preparation and Expert Witness 150% of above rates
OTHER CHARGES
Per Diem(Food Only) $30.00/day
Air Photo Library $12.00/day
In-house Xerox Copying $0.15/copy
Field Equipped Vehicle $65.00/day
Vehicle;Mileage (Automobile or 2 WD truck) $0.35/mile
Vehicle: Mileage (4 WD truck) $0.45/mile
LABORATORY TESTS AND EQUIPMENT RENTAL
Routine field or laboratory soil tests will be charged at our standard rates. Laboratory Fee
Schedule and equipment rental rates will be presented upon request.
The following direct expenses shall be billed to the Client at actual cost plus a 15%
administrative fee:
o Travel/Lodging o Reproduction/Graphic Services
o Subcontractors o Public Transportation Fares
o Vehicle Rental o Long Distance Telephone/Facsmile
o Equipment Rental o Laboratory Testing
o Outside Consultants o Printing
Billable travel time shall not exceed a maximum of eight(8) hours per day.
C9 Geo/Resource Consultants, Inc.
*/RESOURCE CONSULTANTS, i APPENDIX
SOILS LABORATORY PRICE SCHEDOLE
SAN FRANCISCO (Effective January, 1995)
LABORATORY TEST METHOD PRICE
Particle Size Analysis
Sieve analusis (with-No. 200) ASTM D4SS-63 $85.00
Hydrometer(with#200 sieve) ASTM D422-63 $80.00
Sieve analysis and Hydrometer ASTM D422-63 $140.00
Amout of Soil Finer than No. 200 Sieve ASTM D1140-54 $40.00
Moisture/Density Determination
2.0- and 2.5-inch-diameter liners $20.00
3.0-inch-diameter tube $25.00
Moisture Determination Only ASTM D2216-80 $15.00
Atterberg Limits ASTM 4318-84 $90.00
Compaction Test ASTM D1557-78
4-inch diameter mold $135.00
each checkpoint $40.00
6-inch diameter mold $180.00
each checkpoint $55.00
Unconfined Compression Strength ASTM D2166-85 $65.00
Consolidation Test: ASTM D2435-80
8-load, 2-unload pressure
2 time-deformation curves - $340.00
Each additional point $35.00
Each additional time-deformation curve $55.00
One point at specified single load $130.00
Swell-compression for expansive soil (one point) $130.00
Specimen Fabrication: add $80.00
Specific Gravity ASTM 854 $60.00
FIELD TEST EQUIPMENT
Nuclear Density Gauge $50.00/day
Sand Cone Equipment and Materials $20.00/day
Laboratory Technician $45.00/hour
Field Technician (minimum charge 4 hours including travel time) $65.00/hour
.� Geo/Resource Consultants, Inc.
APPEND►( C
""�►""""�� C 3 O y G
m
• L O m � TS � c6 G ".` O a ca �... ¢O
O G Q v i0 d C U ym rn L p y E O U > m «+ OI O
O O N N N :� t6 G U �y t7 U
m U O�Gy G YN m qY m y G
46
L rnC>Gjp U Lrn OY.Cm..rny••ymU my vi NZ Y �p
p•,�.mt-U�o I N'Nm•� O N�mN Y 45 y
> N m to dCvm j35
.•y 9
' o-.a, y 7 UNNL p 0GWOE � G N x E I 9 O O y a 3
L
pIDNn. )aO- G 30 CO- CO UO tm -0 .0 Ny C g- G UYN
N
FU
YG . p p N ? Q; , O a O C,: xObCa
6CGO11,E S G 20, xt 0) , •- > G p
mF
15 -
-j; —0 > IIs'NE G ^C'
E _OyTVm N O
C 7 Y ayI G G1. ¢ rn Rf't3 C '" Ym m Iz cC rn G N O YU co 'u; O y O'G- �3 L :i=
d•a q .".. G N U a CJ G, di 61 y 't N T O T3 G U
t4 G X m G i..
CS N V; E m Y y m m m S CS or) L;�
2s - darn �Om .Z'flL � c0 3G 'y ui > d ° a � n � cts- °' 0- 0 GoOC' Ti3 m
03 4
.a�Gm m2NO�s EL.rn G.'.mO.O•y 0_C3N'Oj '✓• N�+m•'U"ClU�t!!mE QY i� O,UDOU�•p a)LSC Oa m 0
m N NN p C-0 'c 0 m7 N m uI - BW .tC— E m C L tiO G
a OLwin OTca }^ > U N CO Y ro ONOV�:1^"CooN'5"3Y.�C 0 C 3dOiU : 3 C'6 m i 13 O iI N W OQ,OOi0) m m a 7
ca 3 C �� -0 pT N
co O�a -C 'D o to -0 m
yto
7 CN0 OoNY }Y LC O N � O CC m A �3 'O : � ECLomai m ✓ � Y O>
m
OpUCayQL ON G N N.0 Gm p_;G O
Y N = T
�, 03 0 ` jO)_
NSR
S
O—
maGl ,04) CD > m $
m.+mrnUnCIC YN�a1Y F^LiymC 3O w
�c6 o oPa oma..gSl Orn-G°rn YYN
C.0c�b W nLTL cz O 0
0 C pU C� Oa
= 0
Op C � uG ' " C O C tL O
' ° rn a m N .- a A-
a:
`-
daQma ¢ rnoaU - 3a� o inmG e
'n .0?0
GNLf] — NO 0 U p Q V .
O a N mj
C d o a . O 30a . o
Op U U
m Om
ca 70' OOQNY .C . p
a
)
fl'cm � nN � " Ec o C'. X-
C: 0 �� • •
v G�C0 oo� mt, c°�a
on 37Up • mays
m • • � N t3 N�pp
✓ • U m N 7 Ct G O m E
w • O C N N ` w '0 G_ aI 0 U U
O 'O 00 Q• m O c0 y O-Y -CC-
01Z
Y01Z N S7
¢ U y YO C to y C ? 7 O N to y m > c'!4
V m E o- N ca U_ N�j U 1? fl.'O G U C m N
G Oy •" L m Gas U 03 G G O m N E p ca
W ¢ m Y >..... O qj 7 C O CO G - - V
o 15
C y myy` . G G OIO co —N N •01wU jO
p U. ymL m
¢ N rn
OmN C m
Op CO(a 0 01
G M1 ¢ 'a y 0. ?•-Yy m E L o y NL,. m V Z
O m m G C N ^py N aT L m �` C :� yCO
S N
3 ppmN ?) OGO '3 UE N ff y
XCNyNUN " Up . N a
co Ul
p p m N Ja OS2 0) >UN EN ` y -Fn
ten E
15 p (}
to
dl
KmvQIep •cc.0aG3 �ozd..3 .. oN tqLp��k��O y Cv •a U co CC
03 y a1 m LSI Q -
C wU Z'NUGm omE
.Z•? a7 ycL Y G mHa— m - yc < 0LtNWK
co
v m �cCco
G
OO O 0) ui •Lc
m m d to m o W O 3 cd O tt^J
G N t?� 7 G "t7 W
U
N� a 3 GD G y C
N IF o m Enp p o °IA o
rn° 0 8.0GO> cbm •O'ffN0.-> 3wCl..o
Fa(S,me�f�LCcG36aj1 Cmc��5" 3rcCmC m `vlGC'Sy cnm`� ddawIa.ul►�1mc�UUmGmo,mm>Gm'_v_mm
N°
LU 00 N cmdIcac
xm6rn1 CaIm
wW 0 , Z2 cL'LQO 'COmV S m� m !1 O ID
cr- ' 11NL ° Nv WW
� N&
ma cr-
3?
° _iomw UU, mUa �aoO ` v c t o
0 mO C60OlC
G C pa W
CA
m as Q N d tl m r-
Z � ci
� ai
APPENDIXCD '13
C�
= m >� o� No � w o o 0-
0 o
.0 3 � a m > mm
m m cm Q E Q 0 C V 72 am Q.co: O m"Q o Q' 'Q m= mo o E m
0) N O O G to m Q >— 3 _ m am C �,U a)
;O m _Q C O � p to 7 C U c6 C d Um U N O U > N LA N
m �� `= O CA-O N C a 4)"O c o r0•-m C C: N Q. lL o C
t p m CA CD mc -0 U N 3-C a/ E O N N '>tCIJ �, C C at O C 0, c: C o C m vii U
m m M A O Q v-- m �•' N a) p cn L of of U r' U 12 C Y o C U F— y i� Q
> p a) m m O �'•— Q.. O O'— C d,C C -LL 7"O am m O=
Q V« a) o C j (UC C >.•UU—) `L C w N o N m C C N >+ 4
•a m o o y V ca N C y N U a) p U o O 0 O O O G7 la C C?� > >-o C•(D.2 Y.0.mY•- c C
CD °'-' 0 C �a C fa L O"O m L C al•C CD_ N U a)O O of �. m ftS O
Eomo coc°> 33� >,03o 'ca � my° o 0)—:58 .�`.!�> a>m-� 3'�'m� = rn
w _
O 0 C C O U m C 70 m C m N to a) Q.N— Mc E .N 0 L2 p c „_, N N 0 O r a) C �—o
UO'O L:' C 8E a 0r- > REmca'� � m CL LOOa) CL G..._ >'— m as
C 0 cc C N 7 N— as O 0) r 0—2' tz 3 d O C C >' O 0'�' C'0 m > y 0—C•0 3 >•c
m � O O ` E p m G C m c6 c cn>U m a-- Q E O Q-a c F- y a ca O -'O C `o
��a»- m c 0 L o G �'c ° `� m e c «cca c a) 0 0 o:. Utz c 0 G m 0
fa 7 C m of U aL O «. m H C O ca-p U N U 8 O m N Ri N y Q y G E a.ca-0 E U
in L 0
Q� o a m� asY c >,om0 a`) C a) >,m �, m'GU U o E c G N y— L p 0 o ct
Q) C— j m L t9 m fU C N > (a � �S p'� �t 0 8 0 CL O U 7 > cC U O•�� 0 U O 0 U-0
j 3 U E U 7 O Q- m > O J.0 41
0 am U m a) O y U N O'cG O . O a) O cu y
0 C *' C ~'O 0 ...2 t a) `- LA L m N C m,C C a) a) U U C m� p y 0 m � O
-0 0 0 0 0Q= C� Y p)LU�' 0._my mca Oi0L CL mw oY
(D'0 C a) � m O mJ 7 Q0 >.
-mp 0 C 0 Q. _2 ` m 2 ca
m,-Y m U m O `� C O y «. O 030 CA .ca t > 7 0.m 2
�0 3 0 a) � m (awv0-> C tti�O c m0 m Q..0 U `•C p to � m 0 0 0�O Q0 Orn O ca 0 — 0 0 �
O a/ C � '''U Y-• w G
ca
W'c 3 CD _c o a) cU2 E m c ms a) c0 0 a) o 0(a `m 'a "' ami E o d L o> ma m. ami
Y N .►-— G._ O a).0 E m C O-0 �. N LAS c N L a)Q N C C Om� 0 S a) m cU.0 ca E•— m O
CA 0 7 y LAC la._ LA`«2 CA a) C CA m a) - Ui Y at c(J Y O c 0 d 0 CA U) LA a) LA-> O C-0
aiw 3 N w O3)�w m mw =� > Uw 0 aia c o m 0 G Ls as cU m G G L G G m�'013)
)—
mm " m — > oY ca 7 m 0)= c0W CL as WpLA W oa.ycas
0 G a, E�a ra o a2�a E E_U o�a�a ami° m ►— rn '� Y O ';� >. w
R O_m i U cC tZ r LLC y QCC CAC {l N,C C N U L p'C 0�0 C 0,a) a) c O Y C O tm
U d'C om
' 'C � + � C •OC p' C OW � O O*cM p t0srCLUO - - 0 oa � 0U raca0 aOoi > iUni _ v a
CL—
CL
•
o • • • • • • • • • • •
CLA G TJ
a <n C m c a)
•i Y m O Y X w C 0 0 N
m U a1 U C N a) ' O 3 cu
-C C
C LT c O O C m
.ca
mmmNQ (D 0 aoV O c*0 0 >.
Y 7� a) C:N
w C CLZ ` C
LA W O
C TL GyiCLO
•L 7 m 0 c 0
G 7 iCO C �°� a o0 `� E .oc
QN-0 � co 0 � aEc@0 > 00E mpoc � m -0am O — a) >
cm ca O ca0 > o
_ s
c
m ° S� y N ° O m o.- C.E ° NCS U 0--
y tl)
C O 0 0 C U y N X 3 O o.Y C o m U O CL 0 W C U d N
— ` N N tc C _ 0 d p" CD N ( y.O G°� C C Lm C E a)
« � n m 0 m 7 C_Q LA 0 7 p •-m L 0 0 0 0 L m
U 0 O a1
2 (0(.)0 m a'C N O vi —cp CU m e N~ �� Q m O a
v? to �L 0colk� a X m E o•L= c�= � > w a � -a c 0 0 o E
rI O U f0 a) m t' > fa CLS al ai 0• a)
CD isvS E mam (D Q o c d=n— m CO � Z Om CO' o � E mE 0
cF7 Li Nm CQ `v � 0m0) ovca-.E0momo w Ym SCC CD
OMAY30
C W<t w w a) m N "a w- C - ca m rn (a O c
0 rq W(� a) a) — ca U m-p G of V 0(Dr U-0 " a3
Lm CA LL T.0 c 7 >..0-0 .N O C cu E CL m U O `O am
U v G C m m Q O C N a).sq o O m in U a1 0 >
O m m mww N-0 0 7 U m:r• 'C +, a) LA>.0 > N a)
m m s 0 a) G——_ c G G U o m ca in•— ca f- c c o m p c E
YCD
C m L O LA'C C C W,—,— ca Y O am M cn ca c-O.M.f[f U c a) o G CAL
o C7 am E w a $ c� °—CUU c•m o G > ca rn� �—Q c E � w� �m � Lnw• o
of G C U C 111 W W LTJ C CD C m `p�Z U t6 >.p 0 O U E + C— 0 LJ
E zi uj ��. E p[ m c d a) m O ca 2�-•C 'r O LL i� c O LA 10'§ ca m m
L=Q` Q U LL U Q• C.2:
.> U m N m E.O c�M ca:- V L is as .v-y O c vi.U-C-L7
_ a0 G UU CL L d �>
O �U :: rn v' m m 0) c mrn o— c m 0
m a m c 0 O U) 0 `t M C` O W ca N C� N y'0)m' -o G X �U a)
m Qt Z V a)W 0 V CC 0) a1 m m m L 0•d ui N U = a 2 U o C` t a) ca 3 CL-p CL
m Who °O 0O m -0 � r` M (0 L Z 7� N� U (a— c m 0-0 w
Z.i m GL Z >� W(n W dp I� O LA a).— 7 C•O 0-0
C-0 J
a w cn j2 0
r` .i W-G d a ci(7 v ai m a rn rn rn o) �.0 0m.0 n (Jf-0 0 2 LL Li� vWi 0 •
APPENDIX
Cd c c 0 a
L O c c[f y C
m m N TQC UU O N o `F� to c U m
'0 3c ,OdomoCm0m07 .`cscaoo � Ut �� �mcc
N o y m U rn� cU c•� cya aoi�1A �U «v `a c 2 -- t-
`-Z L 3= m` N U'p�� y m C~ ` >,� 0'6 U mY O ca 0 CD
ca
'0 v- N m_-0 7 m o' m U U > U
O ,� o ca y ` �_ p U C Q� O V.-. pC O V)-0 C w m T
O C O aC m U CD C 0)y-0.— C ` �L m UY m +-.
tC o ca U'at p y co o� to O Ca) j Ot U rO o m 0) tuII m Qy�
U C— 07 x O ca c > a �' E O
ca ca C U ca y o r .-. cp O"' ` = c (a C« E
N of N m 0) !n y-0 ca m m U C= O ,�.— 7.-.
m m mL O C C m �L c oY N L c c y = C > U 7 Q �p E O
> rn >H N O a d? O c U mw' m C a? E m O•c y y
�p v- ta O7v7c mta > o rn� >>.�am D cmc tCcexaU
�_L � •m 7 m CD-0070' m O m �U y c ` •gym Z 7 Q
y. y L:- o .N T C X m y
C C m o E y m y y ca i ca m U— m a7 m m L cd
L
='R L Q ft 07 m m > ..�'C o 0)N•a ca to >fn =,a CL =
m= m( y E CD U CD
C L m c6 0 '� y 0-0 Q o C v- c m Y ca 0 L
O O m 0 w N y U j U m = yU C •- E p•c6 N 0)c
t� m 0 y m 0 O c0 C O
07 c (n i7 y 0) m ` -U o CO Y gym•' E `— o C C C U E `
U ca to <a U U ` O_y L �L U m 2 0'0 t 0 m U� L �(D— c
Z V � V O m�-' i O - q) d �'3 � " 00 — `U O Y � � N Q.m Q ` C C = O
w 7 7 :3 'a as c�d.� 0 E � _ a) p 0 75 v .a OHO c6 m� 2 0
WL C Q='� O c ca cm m OM L`p m U 0 0 y > m > d D is
a ca
V ; 0 y Q ` 7.�d l0 j O o�= m mtF 0 c0"a �F- Y O C C
W( O Cd C
F �' •— O�. — m cCCa � �— .- �. cO y m O
p a.0 O -0 ` rna) C m 070 C 0w 0 E
O'C = > --�fa a7 Y C d
C= E
Wm c 0 a) C 0 r•` m O C m Y y m c v- w to `L m m o- m 0-y m V� U c
C o co C O m C Q c_ m R C E"0 >Y ) O 'a p•— U E c d _C c p c w of
0)*= y '0)',.., ` m 07"0 E Y 5U m C U y m m� c7 L y '� .'a7U ea .c4..•-�-.�� O
y_._.. W i O W N m C m W O c N W y ca
a7 O m a°7 p a u j:a (L 3 ca C m _c
O. O_ — > �•� U ca c d Q d C m O ca 0 N y m 0 > w C � C
m "6 'a to U.R,Q 7 Q C 7 t. 13-a � > m
w _ O> N to > (a m m E c m .S2 d O O m U C j C m C m ca= m 0 ca O"a
O LL U> LL N C �Y LL(n m a7 LL O-0'0 O 070_ to m.� 0 O ca LL 5 LLQ y U LLU N Q
a U
m W
J
W
cn • • • • • • • •
v
ca
m
n o` vi c
T
o m
CD cu 0 E
ca 0 y.0 0 0Q m—
» .. c fam m
C m p_ o >� m EV)Y
.W. 0 N ` m t`C m Z7
7 ca a m C O'0 0)�- .L,0)m
c - ` U= y `- O" - U
0 U D Y r- 0 0_" C `
m G. c 0 y C y c 0 m C
m C
cp O m 07 0 E.�O c 7
> E m 0. X.0 0_C O tm m d O m` 5
7i m CO o ca 0o y E.a70 E
z v ° ccs E m ca cn m
m o m d mN > v0
L lop � mEoN ,c � -.a
N at m C CZ� O N y m 0
cm a y y (a
.oz 3 C3 a)>i ° 0)ca cuL m c as M
$— I c v m C)V) � D m 07v, c a
n wv� E n m ° a7c a ca 0) c� E N m m
"~ N 7Y m 'mac-a ca.>_ `ay cmjEo"
ca Oy Z y V c 7— y o > to m m
CO y = O 7 EU.0 Vl'0— .j O 0 to y
at Ccu ca (DQ)y
L Z L a N } .T. 0 7 a,�fca (� CO
Y c 30 c m L E E II m ca 0 V a: o c
0) CDmm •~m"= cc Qom� t5L.-U m Cm .
O > E w a y yas C Om 0 ' c`
OZfLCL
O c 0VE
72JE . c
N N L0o m u) 0)oo07 � cc
m 0 w 0 Nw � m F, 0'o o0 m
IU0) oE—w W Em . D_o 2 :3
y � ?
Z ca a N ZOW } wv) Q �_ > () w'= u m �v) --fl
0
r` �omin ai% ci(5 -o 6C6 w 2 in y o >.�