Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CSI SERVICES INC; 2012-01-06; UTIL857
UTIL857 AGREEMENT FOR PROFESSIONAL INSPECTION SERVICES (CSI SERVICES, INC.) / ^ —T-^HIS AGREEMENT is made and entered into as of the u> day of //7y^///f A )/ 20 y^by and between the CITY OF CARLSBAD, a municipal corporation, ("City"X'and CSI SERVICES, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a third-party quality assurance inspection consultant that is experienced with the installation and inspection of lining and coating systems in the wastewater structures. B. Contractor has the necessary experience in providing professional services and advice related to third-party quality assurance involving the installation and inspection of lining and coating systems in wastewater structures. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein. City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Sen/ices, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof in an amount not to exceed nineteen thousand nine hundred twenty dollars ($19,920) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance. City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is ofthe essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be nineteen thousand nine hundred twenty dollars ($19,920). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". City Attorney Approved Version 5/12/11 Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an City Attorney Approved Version 5/12/11 insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. I I If box is checked. Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase City Attorney Approved Version 5/12/11 replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. Citv reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name Mark Biskup Name Patrick Sweeney Title Associate Engineer Title Project Manager Department Utilities Address P.O. Box 801357 City of Carlsbad Santa Clarita, CA 91380-2316 Address 1635 Faraday Avenue Phone No. 877-274-2422 Carlsbad, CA 92008 Phone No. 760-602-2763 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version 5/12/11 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othenA/ise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonrt/arded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fon/varded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee City Attorney Approved Version 5/12/11 payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or othenwise recover, the full amount ofthe fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// City Attorney Approved Version 5/12/11 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CSI SERVICES, INC., a California corporation By c (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By lity Manager or Mayor or Division Director as authorized by the City Manager By: (sign here) (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the \^ following two groups. (jr^ Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Assistant City Attorney^ City Attorney Approved Version 5/12/11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of before me Date ^—. Here Inseft Name and Title of tife Officer personally appeared \ ('M' \d{L QjX s'fXjW S L\J^e.n€4.1 61 K\ gl Name(s) of Signer(s) mUEKEMESStY NotwyfuUie-CaHfoHita z 3!\vg^^7 tos Angeles County | who 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature: OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document f f Title or Type of Document: f-^^rP-^wf TCX^ ^i^cj;Sic,'^^J in.^^CcViaA ^fWU'<i Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) EXHIBIT A SERVICES P. O. Box 801357 Santa Clarita, CA 91380-2316 Toll Free: 877.274.2422 Fax: 661.775.7628 www.CSIServices.biz Providing Quality Technical Services to tlie Coating Industry Via Email December 6, 2011 Mark Biskup P: 760-602-2763 Associate Engineer E-mail: mark.biskup(a)carlsbadca.qov City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 Subject: Proposal 1161 • PVC Lining Inspection Services Re: Occidental Interceptor Rehabilitation Proiect (Citv Project 5522) Dear Mr. Biskup: CSI Services, Inc. (CSI) is pleased to submit this proposal to provide testing services of a newly installed PVC lining system forthe above referenced project. We understand thatthe project will involve the installation of Ameron's Arrowlock system. Our proposed Scope of Services and Fees follow: We have successfully completed the testing of over 5,000,000 ft^ of PVC sheet liner and 500,000lf of PVC weld strip. This includes work for owners such as the Los Angeles and Orange County Sanitation Districts, City of Petaluma, City of San Diego, Eastern Municipal Water District, City of Ventura, City of Hayward, and others. Thank you for this opportunity and should you have any questions or comments I can be reached at this office, through e-mail at psweenev(5).CSIServices.biz, or cell at 661-478- 8900. Sincerely, CSI Services, Inc. Patrick Sweeney Project Manager Hawaiian Office: 95-2040 Wailtalani Place, Suite 402 Mililani, HI96789 Northem California Office: P.O. Box371, Sonoma, CA 95476 Coating Specialists and Inspection Services, Inc. Consulting Evaluations Tank Diving Inspection SERVICES Proposal 1161 • PVC Lining Inspection Services Rehabilitation Of Wastewater Structures City of Carlsbad, CA Page i CSI SERVICES CSI Services, Inc. P. O. Box 801357, Santa Clarita, CA 91380 877.274.2422 Proposal 1611 Lining Inspection Services Occidental Interceptor Rehabilitation Project City Project 5522 Prepared for: Mark Biskup Associate Engineer City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 Prepared by: CSI Services, Inc. Patrick Sweeney Project Manager December 6, 2011 Hawaiian Office: 95-2040 Waikalani Place, Suite 402 Mililani, HI 96789 Northern California Office: P.O. Box 371, Sonoma, CA 95476 Coating Specialists and Inspection Services, Inc. Consulting Evaluations Tank Diving Inspection SERVICES Proposal 1161 • PVC Lining inspection Services Rehabilitation Of Wastewater Structures City of Carlsbad, CA Page i Table of Contents Scope of Services 1 Fee Schedule 3 Attachments: Ameron Certification Letter Los Angeles County Sanitation Districts Certification Letter PVC Liner Inspection Brochure December 6, 2011 SERVICES Proposal 1161 • PVC Lining inspection Services Rehabilitation Of Wastewater Structures City of Carisbad, CA Page 1 Scope Of Services CSI Services, Inc. (CSI) will provide the City of Carlsbad lining inspection CSI will provide a qualified fully trained and equipped inspector throughout the progress of the work up to and including final acceptance. CSI will provide an independent, professional, and thorough inspection. CSI will not take any responsibility for the safety of others. The CSI inspector will be fully equipped with calibrated instruments to verify that the Contractor meets all of the requirements of the specification. Inspections will include all phases from surface preparation; primer, mastic and lining application, weld seam installation, through final inspection as follows and where applicable: PVC Lining installation 1. The CSI inspector will ensure that the requirements of the Contract Specifications and Manufacturer's Technical Data Sheets for the various materials are strictly followed. ASTM D3276, ACI, SSPC, NACE, or ICRI standards will be used as guidelines for proper procedures. 2. Verifications of the contractor's compliance with the applicable surface preparation and or mastic application requirements will be accomplished by performing the following tasks as necessary, with the appropriate calibrated instruments for each: a. Pre-Surface Preparation - The CSI inspector will inspect the surfaces to be prepared to assure that grease and oil have been removed, fins, and sharp edges are removed as specified, and that any concrete defects such as spalling and exposed/corroding rebar have been are corrected. b. Ambient Conditions - The CSI inspector will monitor the air and surface temperatures, relative humidity, and dew point periodically every day to assure that the work is done under proper weather conditions. Special attention will be made to determining when surface temperature is beginning to fall or rise. c. Compressed Air Cleanliness - The CSI inspector will check all quality operations requiring compressed air such as for blast cleaning or substrate blowing down to assure that the air supply is adequately free of moisture and oil contaminates. d. Surface Preparation - The CSI inspector will examine the hyrdoblasting or abrasive blasting equipment used for surface preparation for adequacy to do the work, as specified. Water and air pressures will be monitored. The inspector will verify the proper storage and size of any abrasives, and that the proper degree of cleaning and surface profile (anchor pattern or roughness) has been achieved. The inspector will identify areas of insufficient or inadequate cleaning for repair and rework prior to the application of any resurfacing mortar or linings. Concrete substrates would be evaluated for Decembers, 2011 SERVICES Proposal 1161 • PVC Lining Inspection Services Rehabilitation Of Wastewater Structures City of Carlsbad, CA Page 2 efflorescence, laitance, crazing, cracks, crevices, bugholes, weeping, leaks, form release agents, and any other uncoatable conditions. The surfaces to be coated will be evaluated for pH, moisture content, and cleanliness prior to coating. The pH, moisture content, and cleanliness of the substrate will be verified to be in accordance with the Specifications and material manufacturer's written recommendations. e. Mastic Mixing - The CSI inspector will observe the mixing of coatings to assure that all components are added and proportioned correctly. The inspector will verify that any materials used are approved and that they are not used when the pot or shelf lives have been exceeded. f. Mastic Application - The inspector will observe application techniques to assure proper coverage. The inspector will make spot checks of the wet film thickness (WFT) so that corrections to the amount of material being applied can be made at the time of application to minimize the amount of rework. g. Holiday Detection - CSI will high-voltage holiday detection equipment and 100 percent holiday detection in accordance with NACE International's "Recommended Practice for Discontinuity (Holiday) Testing of Protective Coatings," (RP 0188-99) using 20,000 volts in accordance with the specified requirements. h. Adhesion Testing - CSI will verify pull-off testing equipment and perform adhesion testing of the cured system in accordance with the manufacturer's recommendations. i. Weld probing will be completed. Weld probing will involve using the blunt edge of a dulled flexible putty knife under the guidelines and procedures recommended by the lining manufacturer, Ameron. Following all weld testing, CSI will complete discontinuity testing ofthe installed liner, as noted above. All testing will be carried out in strict accordance with the standards specified in Section 311.1.10 of the Standard Specifications for Public Works Construction (Green Book), Ameron Linings' published requirements, and the City specifications, where applicable. Documentation 1. The CSI inspector will use a daily journal and daily coating inspection reports to clearly document and flow-chart the coating operations and occurrences to verify compliance with Contract documents. 2. Daily inspection reports will include digital photos, where applicable. Reports will be submitted to the City electronically on a weekly basis. December 6, 2011 SERVICES Proposal 1161 • PVC Lining inspection Services Rehabilitation Of Wastewater Structures City of Carlsbad, CA Page 3 Fee Schedule CSI proposes to provide the above scope of services on a time and materials. It is understood that prevailing wage is not a requirement of this project. All work would be completed in accordance with our standard terms and conditions. Our fees follow: Unit rates Labor Rates Lining Inspector $ 590.00/day Expenses A daily fee of $32.50 will be charged for local automobile mileage fees. Estimated Cost Although we are not aware ofthe contractors lining schedule, it is projected that eight (8) manholes can be properly inspector with no more than 32 inspection trips (4 trips to verify each phase of each manhole work). We expect that it may be possible to inspect multiple manholes during the same day visit, but we list 32 days as a potential not to exceed (NTE) fee. On this basis, we project can complete the assignment based of $19,920.00. December 6, 2011