Loading...
HomeMy WebLinkAboutSouthern California Soil and Testing Inc; 2012-08-09; TRAN974AGREEMENT FOR AS-NEEDED MATERIALS TESTING SERVICES (SOUTHERN CALIFORNIA SOIL & TESTING, INC.) THIS AGREEMENT is made and entered into as of the day of P^fj^^ 20i^ by and between the CITY OF CARLSBAD, a municipal corporafion^C'City"), and SOUTHERN CALIFORNIA SOIL & TESTING. INC a California Corporation, ("Contractor"). RECITALS A. City requires the professional sen/ices of an engineering firm that is experienced in materials tesfing. B. Contractor has the necessary experience in providing professional services and advice related to materials testing. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such woric. 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 Services, 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 temi of this Agreement will be effective for a period of six months from the date first above written. Extensions will not be authorized. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Sen/ices to be performed during the initial Agreement tenn will be thirty thousand dollars ($30,000). No other compensafion for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City resen/es the right to withhold a ten percent (10%) retention until City has accepted the work and/or Sen/ices specified in Exhibit "A". Incremental payments, if applicable, should be made as oufiined 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 City Attorney Approved Version 2/17/12 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 compensafion to which Contractor is enfitled. 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 woricers' compensation insurance or unemployment contributions on behaff of Contractor or its employees or subcontractors. Conttactor agrees to indemnify City within thirty (30) days for any tax, retirement contribufion, social security, overtime payment, unemployment payment or workers' compensafion 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 indemnificafion 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 woric 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 hannless the City and its officers, officials, employees and volunteers from and against ail 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' compensafion is included as a loss, expense or cost for the purposes of this section, and that this secfion will survive the expiration or eariy tenninafion of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the durafion 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 perfonnance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance earner 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 rafing in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. City Attorney Approved Version 2/17/12 Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitafions 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 addifional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 1011 Commercial General Liabilitv insurance. SI .QQQ QQQ 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 woric under this Agreement or the general aggregate will be ttwice the required per occurrence limit. 10.1.2 Automobile Liabilitv (ff the use of an automobile is Involved for Contractor's wortc 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. Wortcers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declarafion 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. ' dl If box is checked, Professional Liability City's Initials Confractor'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 Commercial General Liability which shall provide primary coverage to the City. 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 Providina Certificates of Insurance and Endorsements. Prior to City's execufion of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraae. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on exisfing 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. City Attorney Approved Version 2/17/12 10.5 Submission of Insurance Poiicies. Citv reserves tfie 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 Carisbad Business License for the term of the Agreement, as may be amended from time-to-fime. •^2. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreeement. All records will be cleariy identifiable. Contractor will allow a representafive 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 woric 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 woric 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 behaff of Contractor under this Agreement. For Citv For Contractor Name Patrick Vaughan Name "jSanAlit' Title Deputy Director Title Department Transportation Address SCS^ (oH^iD iLAltndab^ City of Carlsbad Sl) OA ^XLLD Address 5950 El Camino Real Phone No. (oi^'lW-HSSiL Cartsbad. CA 92008 Email ^UT^m @ Sr.^l^. 0^ Phone No. 760-602-2780 x7321 Each party will notify the other Immediately of any changes of address that would require any nofice or delivery to be directed to another address. 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 Carisbad Conflict of Interest Code. The Contractor shall report investments or interests In all four categories. City Attorney Approved Version 2/17/12 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 perfonnance of the Services by Contractor. Contractor will at all fimes observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's sen/ices with ail applicable laws, ordinances and regulafions. Contractor will be aware of the requirements ofthe Immigrafion 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 wiil comply with all applicable local, state and federal laws and regulafions prohibifing discriminafion and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the perfomiance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othenA/ise settled by agreement bettween 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 fonA/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 resolufion within ten (10) business days. If the resolufion thus obtained is unsatisfactory to the aggrieved party, a letter oufiining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solufions 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 tenninate this Agreement for nonperfonnance by notifying Contractor by certified mail of the tennination. 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 notlficafion of terminafion, Contractor has flve (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 detennination 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 nofice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the woric product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for woric performed to the tennination date; however, the total will not exceed the lump sum fee 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 City Attorney Approved Version 2/17/12 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 considerafion contingent upon, or resulting from, the award or making of this Agreement. For breach or violafion of this wan-anty, City will have the right to annul this Agreement without liability, or, in its discrefion, to deduct from the Agreement price or consideration, or othenA/ise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or confingent 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 ff 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 sea., the False Claims Act applies to this Agreement and, provides for civil penalties where a persori kriowingly 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 attomey'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 debannent 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 \X 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 refen'ed 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, modifled. waived or discharged except in a writing signed by both parties. 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. City Attorney Approved Version 2/17/12 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California (sign here) (print name/titler By: (sign here) (print name/titie) ^ Gity Managor or Mayor or Division Director as authorized by the City Manager^vN^^l;*sBAA% ATTEST: LORRAINE M City Clerk WOOD f }r 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. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certifled 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. CityAttorney BY Assistant City Attorne' AGREEMENT FOR AS-NEEDED MATERIALS TESTING SERVICES (SOUTHERN CALIFORNIA SOIL & TESTING, INC.) City Attorney Approved Version 2/17/12 EXHIBIT "A" SCOPE OF SERVICES Contractor shall perform as-needed materials testing services in accordance with the City's Request for Proposals dated May 30, 2012. The agreed upon billing rates for services outlined in said proposal are attached hereto. City Attomey Approved Version 2/17/12 List of Services/Fee Schedule SCS&T provides the following services that include: GEOTECHNICAL AND ENGINEERING GEOLOGY SERVICES • Soils and Geotechnical Investigations • Pavement Seaion Design • Shoring Observation • Geologic Hazard Reconnaissance • Geologic Mapping • Landslide Evaluations • Fault Investigations • Seismic Refraction Surveys • Seismic Hazard, Liquefaction and Slope Stability Analyses MATERIALS TESTING/SPECIAL INSPECTION Soiis • Density in Place (Sand Cone Method) • Density in Place (Nuclear Method) • R Value • Percolation • Expansion Index • Shear Strength • Maximum Dry Density • Gradation • Sand Equivalent • Moisture Content In Place CONCRETE • Mix Design • Compressive Strength • Slump Test • Air Content AGGREGATES • Sieve Analysis • L. A. Abrasion • Organic Impurities • Sand Equivalent • Durability Index • Specific Gravity REINFORCING STEEL • Tensile Strength • Ductility Test STRUCTURAL STEEL • Tensile Strength • Ductility Test • Ultrasonic Testing • Magnetic Particle Testing MATERIALS TESTING/SPECIAL INSPECTION (continued) ASPHALT CONCRETE • Plant Inspection • Mix Design • Density in Place • Hveem Stability • Marshall Stability • Wet Track Abrasion • Asphalt Extraction and Gradation (Ignition Oven) MASONRY CONSTRUCTION • Prism Compression Test • Mix Design MASONRY BLOCK • Absorption • Compression • Drying Shrinkage • Moisture MASONRY BRICK • Absorption • Compression • Efflorescence • Rupture MASONRY MORTAR AND GROUT • Compression 4DOBE BLOCK • Absorption • Compression • Erosion • Rupture • Moisture ROOFING AND WATERPROOFING SERVICES • Roofing • Balconies • FireSafing • Building Envelope Systems • Shear Dlaphram • Window and Curtain Wall Testing • Moisture Vapor Emission Testing • Below Grade Waterproofing • Floor Flatness/Floor Levelness C. Southern California Soii and Testing, Inc. Schedule of Fees for Professional Services for the City of Carlsbad P'^voi'/ng Woge £flrert,ve jonuory /. 20/2 [ PROFESSIONAL SERVICES ] £ng/neer/Geo/ogfst Principal Engineer/Geologist ^1^^ Senior Engineer/Geologist J^Q Staff Engineer/Geologist , j j ^ Technician Soils/Materials/QA-QC Supervisor ^ j Q2 Soils Technician ^2 Materials Technician (ACI) ^2 Coring - Asphalt, Concrete, Masonry and Gunite 92 Certified Deputy Inspection Certified Materials Special Inspector ^^2 Certified Building Inspector 92 NDT Technician (UT, MT, DT, VT) .IZIIIIZII'l92 Batch Plant Inspector AWS Certified Welding Inspector (Field Welding, Shop Welding, High-Strength Bolting) Zlllllln Miscellaneous Overtime and Saturday Rate...... , 5 ^ ^^^^^^ hourly Rate Sunday and Nationally Recognized Holiday Rate (Including the day after Thanksgiving)2 x Regular Hourly Rate Minimum Professional Fee... $500/Proiect Minimum Field Services Fee $400/Project • normal rate plus 50% TRAVEL Personnel D i u i n * Regular Hourly Rate Per Diem (variable, depending on location) ^3Q. | ^Q/day "llllllllllllllll 1 $63 Sample Pick Up (San Diego, Riverside and San Bernardino Counties) $63 EQUIPMENT AND MATERIALS Nuclear Gauge Included in Technician Rate Floor-Level Survey (Zip Level) J^Q, . Rebound Hammer (ASTM C805) *$IO/hr Generator ' «QO/H Eqi^pment/Materials Hydraul^ack Torque Wrench 5,^,^^ LABORATORY TESTS Sof7 oncf 4ggregote Cleanness Value - Larger than I * (Cal 227) «128 Sieve Analysis Fine Aggr^te wAA^ash (Cal 202, ASTM C136) 71 Sieve Analysis Coarse Aggregate (Cal 202, ASTM CI36) .IZI '".57 Sieve Analysis Pit Sample (Cal 202. ASTM CI36) [23 Percent Finer than 200 Wash (Cal 202, ASTM CI7) IIIIIIII'.66 Fineness Modulus (ASTM CI36) IIIIIII 23 Dry Sieve Analysis Aggregate (Non-Wash) (Cal 202. ASTM CI36) IIIIIIII50 Clay Lumps in Aggregate/Per Size (ASTM CI42) IIIIIIIIII] 16 Organic Impurities (Cal 213, ASTM C40) 57 Cleanness Value - V* and Smaller (Cal 227) IIIIIIIIIIZ87 Specific Gravity Fine Aggregate (Cal 207, ASTM CI28) IIIIIIII".71 Absorption Fine Aggregate (Cal 207. ASTM CI28) IIIIIIII37 Specific Gravity Coarse Aggregate (Cal 206. ASTM CI27) IIIIIII66 Absorption Coarse Aggregate (Cal 206. ASTM C127) 37 Unit Weight Aggregate (Cal 212. ASTM C29) Ill50 Moisture in Fine Aggregate (Cal 226, ASTM CS66) IIII37 Abrasion by L A Rattier ~ I I IT and smaller (Cal 211, ASTM C131) IIII215 Soundness 5 Cycles/Size (Cal 214, ASTM C88) *I Durability Index (Cal 229, ASTM D3744) 215 Durability Factor (Cal 229, ASTM D3744) IIIIIIIIZZI93 Abrasion by L A Rattler - larger tiian I 1/2" (Cal 211. ASTM CS3S) IIIZ228 % Flat & Elongated Pieces/Size (ASTM D4791) I j ^ % Crushed Particles/Size (Cal 205, ASTM D693) IIIIIIIII116 Potential Reactivity Chemical Metiiod (ASTM CI260) III".Quote Sand Equivalent (Cal 217, ASTM D2419) gc Petrographic Analysis (Cal 215, ASTM C295) * R-Value (Cal 301, ASTM D2844) IZI265 R-Value, Treated Material (Cal 301, ASTM D2844) 300 Light Weight Pieces (ASTM CI23) IZZ.143 Wetting-Drying Test (ASTM DI632) IZIIIZZI215 Soil Cement Maximum Density (ASTM DI5S7) IZIZZZ.242 Soil Cement Compression Strength (Cal 312. ASTM DI632) IIIIIIIIIZIZII49 Soil Cement Cylinder Fabrication (Cal 312. ASTM D1632) 99 Direct Shear (ASTM D3080) IZZZZZ200 Direct Shear Test. Slow Speed (ASTM D3080) ZZZI3 j 9 Collapse Potential (Cal 219. ASTM D2435) 1 Liquid Limit (Cal 204, ASTM D4318) Plastic Limit (Cal 204, ASTM D4318) IZ Zi 27 Plasticity Index (Cal 204, ASTM D4318) ,22 Shrinkage Limit (ASTM D4943) ZIIIIIZIZZZZI79 Soil Classification (ASTM D2487) ZZZZIZj 98 Consolidation Point (ASTM D2435) ZIIIZZZ49 Triaxial Consolidation Point (ASTM D4745) ZZIIZ.Quote Rate Consolidation Point (ASTM D2435) IIIZZIZZZZ.79 Natural Density Ring or Core Sample (ASTM D2937) IIIIZZ32 Natural Density - Wax Chunk (ASTM D2937) IIIII39 LABORATORY TESTS (CONT.) j Soil and Aggregate (cont,) Percent Natural Moisture (ASTM D22I6) $29 Maximum Density/Optimum Moisture - 4" (ASTM DI557) IZIZZIZZZZ\92 Maximum Density/Optimum Moisture - 6" (ASTM DI557) ZllllllllZZZIin Maximum Density/Optimum Moisture - 4" (ASTM D698) IZIIIIIIZ\76 Maximum Density/Optimum Moisture - 6" (ASTM D698) ZZIZZIZZIZ192 Minimum Density (ASTM DI556) IIIIIIIIZZZ.71 California Impact (Cal 216) IZIIZZI198 Maximum Density Check Point (ASTM D698/DI5S7) ZZZZ.QS Sieve Analysis Washed (ASTM CI36) IIIZZZZZZZ 80 Sieve Analysis, Fraction Urger than 4" (Cal 202, ASTM CI36) ZZ,SO Hydrometer (Cal 203, ASTM D422) ZZZI.106 Percent Passing #200 (ASTM Cl I7/D422) IIIZZZZI57 Permeability Undisturbed (Cal 220, ASTM D5084) IZIZIIZZZ.Quote Permeability Remold Sample (Cal 220, ASTM D5084) IIIZIIIII Quote Permeability Consolidation (Cal 220, ASTM DS084) [ IIIIIIIQuote Expansion Index (ASTM D4289) j7Q Triaxial Shear (ASTM D4554) IIIIIZIQuote Residual Shear (ASTM D6467) ZIIIZIIIIIZZZ .415 Unconfined Compression (ASTM D2I66) IIIZIIIIIZIIZ \S6 Rock Correction (ASTM D47I8) IIIZIIIIZI25 California Bearing Ratio includes Max Density Method C (ASTM D854) ZIZIIZZZs94 Bearing Ratio - Army Corp of Engineers 624 Corrosivity Testing (Soluble Chlorides and Sulfates, pH and Resistivity) Z, |80 Specific Gravity/Sands and Clays (ASTM D854) 140 Soluble Chlorides (Cal 422) " Soluble Sulfate (Cal 417) IIIZIZIZZI60 pH and Resistivity (Cal 643. ASTM G5I) l ll'ZllIZZZZZZiZiZZZZIZ!! 20 Asphalt Concrete Asphalt Conformance Testing Full (inc. % Bitumen. SA Extracted. (2) Hveem. Maximum Theoretical. (2) Stabllometer Value) .. $801 Asphalt Conformance Testing Modified (inc. % Bitumen, SA Extracted. (2) Hveem) 447 Moisture Content of Asphalt Mixtures Using Microwave (Cal 370) 48 Film Stripping (Cal 302) ZZIIIZZZI171 Percent Bitumen Asphaltic Concrete (Cal 382, ASTM D6307) IIIIZZIIIIIZZ\76 Sieve Analysis - Extracted Aggregate (Cal 382. ASTM D5444) ZIIIZZZZI86 Specific Gravity ~ Waxed Asphalt Core (Cal 308, ASTM D1188) IZIZZZI71 Specific Gravity - Asphalt Core (Cal 308, ASTM D2726) IZIZIZIIZZZZ. 56 Moisture Vapor Susceptibility (Cal 307) IZZZZZZ249 Unit Weight, Hveem or Marshal (per Plug) (Cal 308, ASTM D1561/D1559) ZZZIZZZIZZZZ. 128 Maximum Theoretical Specific Gravity AC (Cal 309, ASTM D2041) j 28 Marshal Mix Design (ASTM D1559) 2 980 AC Stability and Flow (ASTM DI5S9) IIZIIIZIZIIIIZIIZ\4\ Optimum Bitumen Content (Cal 367) 2 980 Hveem Mix Design(Cal 308, ASTM DI56I) ZIIIIZIZIZZZ.2 980 Swell Asphalt Concrete (Cal 305, ASTM DI56I) ZIIIIZZIIZ.141 Stabllometer Value (Cal 366, ASTM DI560) IIZIIZZIZZIZ\4\ Retained Strength (6 Plugs) * III645 LABORATORY TESTS (CONT.) Asphalt Concrete (cont,) Residue Viscosity ^285 Concrete Trial Batch Fabrication (ASTM C192) $287 Trial Batch Concrete Cylinder (Cal 521, ASTM C192) ZZI37 Trial Batch Beam (Cal 523, ASTM C192) IIZIIIIIIIZZ66 Rapid Cure Concrete Boil Method IIZIIZZZI171 Concrete Core Compression (ASTM C42) ZIII57 Modulus Elasticity (Cal 522, ASTM C469) 251 6" X 6" Flex Beam (Cal 523, ASTM C78) IIZIIIZIIZZIZZl\ Concrete Permeability IZZZ429 Unit Weight, Hardened Concrete (ASTM C642) IIIIZIZIIZZIZIZZZ43 Cement Content, Hardened Concrete 357 Moist Condition, Hardened Concrete 251 Specific Gravity, Absorption, Void - Hardened Concrete (ASTM C642) Z...IZIIIIIIZ3S7 Potential Alkali Reaction, Mortar Bar #4 ZIZI714 Shotcrete Panel, 3 Cores - Compression (CBC) 279 Split Tensile, Concrete Cylinder (ASTM C496) IIIIZIIZIIIZZ..7 \ Concrete Cylinder Compression (Cal 521, ASTM C39) [ ZIIIIIZIIZ.26 Pre-Construction Shotcrete Panels (ASTM Cl 140) ZIIIIIIZIIIII I\ (m Length Change, Mortar or Concrete (ASTM C157) IZIZZZZZZIZIIZZsJ Compression Tests, Lightweight Concrete Fill (ASTM C567) IIZIIZIZZI57 Unit Weight, Lightweight Concrete Fill (ASTM C567) ZIIZIIZIZIIZZZ^ Masonry Mortar Properties (ASTM D2166) $429 Trial Grout Prisms (ASTM C942) 37 Absorption Block (ASTM CHO) IIIIIIIIIIZIIZIZIZI37 Compression Block, Large (ASTM CHO) IIIZIZZIZZIZZ.50 Compression Block, Standard (ASTM CI40) IIZZIZZZZZZIZ.48 Efflorescence Block ' ' 57 Percent Moisture, Block (ASTM CHO) IIIIIIZZZZZ'.37 Unear Shrinkage, Block (ASTM C426) '242 Tensile, Block (ASTM CHO) ZIZZZZ.165 Weight/Cubic Foot, Block (ASTM CI40) IZIIIIZZIZZZ.29 Absorption 24-Hour, Brick (ASTM C67) ZZIIIIZZZZZIIZZZ 'Z" 37 Absorption 5-Hour, Brick (ASTM C67) ZZZZZZZZZZI37 Compression, Brick (ASTM C67) IZ37 Efflorescence, Brick (ASTM C67) ZZZZZZZZZZZZZZZZZZZZZZZZZZZZ,43 Modulus of Rupture. Brick (ASTM C67) ZZZZZZZZZZZZZZZZZ.71 Saturation Coefficient. Brick (ASTM C67) IZZZZZZZZZZZZZZZZZ.71 Masonry Core Shear ZZZ.88 Masonry Core Compression (ASTM C42) 49 Tile Shear Test (Ub) (ANSI 118) ZZZZZZZZZZZZZZZZZZZZZ.51 Water Retention and Air Content (ASTM C270) ZZZZZZZZZZZI450 Mortar Bond Strengtii - Pull Test (ASTM C482) ZZZZZZZZZZZZZZZZI.60 Base Plate Grout Compression (ASTM CI09) ZZZZZZZZZZZZZZZZZ 32 Grout Prism Compression (ASTM CI0I9) IIZZZZZZZZZZZZZZZ26 Mortar Cylinder Compression IZIZZ.26 LABORATORY TESTS (CONT.) Masonry (cont*) Masonry Prism Compression (Half) (ASTM E447) $|06 Masonry Prism Compression (Full) (ASTM E447) 143 Metal Tensile Strengtii #3 - #8 Bar (ASTM A6I5/A706) $71 Tensile Strength #9 - #11 Bar (ASTM A6I5/A706) Z.ZZZZIZ 87 Tensile Strengtii # 14 - # 18 Bar (ASTM A615) Quote Bend Test Bar (ASTM A6I5) ZZZI 43 Tensile Strengtii, Structural Steel (ASTM A370) i |6 Bend Test. Structural Steel (ASTM A370) ZZIZZZIZZs7 Modulus of Elasticity (Steel) 140 Mlscef/aneous Fire Proofing Density Test (ASTM E605) $66 Fiber Reinforced Polymer, Tensile (ASTM D3039) '5OO [ TERMS AND CONDITIONS j All field services will be charged from portal to portal with the following minimum charges: • A one-hour minimum charge will be applied to materials sampling and sample pickups. • A two-hour show-up charge will be applied to any service canceled after 4:00 PM the previous day. • A four-hour minimum charge will be applied to all field services. • A six-hour charge will be applied to all field services requiring between four and six hours of work. • An eight-hour charge will be applied to all field services requiring between six and eight hours of work. • Work in excess of eight hours up to twelve hours in a single day, will be charged in 30-minute increments at 1.5 times the standard rate. • Work in excess of twelve hours In a day will be charged in one-hour increments at 2.0 times the standard rate. • The Director of Industrial Relations (DIR) may dictate periodic increases to the prevailing wage during the duration of this project/contract SCS&T will increase our houriy rate on the effective date determined by the DIR, by a factor of 1.8 times the houriy increase. • A two and one-half percent (2.5%) fee will be charged for project administrative tasks. • Certified payroll can be provided if requested. A one-hour administrative charge will be Invoiced per pay period. Work performed by field or laboratory personnel outside of normal business hours (6:30 AM - 5:00 PM) will be charged a premium on a case-by-case basis. Reimbursables: SCS&T reserves the right to charge for services outside of the contract in the form of reimbursables. These items include, but are not limited to the following consumables: magnetic particle powder, ultrasonic copulent, concrete cylinder cans. etc. The following are also included: mileage, travel time, equipment rental, administrative time utilized for photocopying, distribution lists, express mailing, archive searches, etc. Subcontracted services that are included on the Fee Schedule will be charged at those rates. Subcontracted services not included in our Fee Schedule will be charged at cost plus 20 percent Per diem charges will be applied to projects outside a 50-mile radius of our office. Mileage will be charged at the rate of 50 cents per mile for distances over 50 miles from the location of dispatch. <C»a TERMS AND CONDITIONS (CONT.) Invoices for all services completed or in progress will be submitted bi-montiily. These invoices are due in full upon presentation to tiie client Invoices outstanding over 30 days will be considered past due. A finance charge will be computed at tiie rate of 1.5 percent per month, which is an annual rate of 18 percent and charged on ail past due accounts. If legal action is brought on delinquent accounts, the prevailing party shall be entitled to recover its reasonable attorne/s fees and other costs of collection. Our professional engineering, geology, and inspection services are performed in accordance with the current standards of practice in tiie industry. No other warranty or representation, express or implied, is made or intended. Should any services provided by SCS&T for this project become subject to state or federal prevailing wage requirements, SCS&T will be compensated for those services at its prevailing wage rates, from the date these requirements become effective through completion of the project 1130 Palmyrita Avenue, Suite 330A Riverside, California 92507 951.965.8711. Toll Free 877.215,4321 www.scstcom 6280 Riverdale Street San Diego, California 92120 619.280.4321. Toll Free 877.215.4321 www.scstcom 83-740 Citrus Avenue, Suite G Indio, California 92201 760.775.5983, Toll Free 877.215.432! www.scstcom Celebrating more than 50 Years in Southern California Southern California Soil and Testing, Inc. Schedule of Fees for Professional Services for the City of Carlsbad Non-Prevai/Ing Woge Effective January I. 2012 [' • -~ • 1 PROFESSIONAL SERVICES EngineeriGeologist Principal Engineer/Geologist $167 Senior Engineer/Geologist 1^0 Staff Engineer/Geologist , 11^ Technlcfon Soils/Materials/QA-QC Supervisor $ 102 Soils Technician Materials Technician (ACI) 55 Coring - Asphalt Concrete, Masonry and Gunite 75 Certified Deputy Inspection Certified Materials Special Inspector $55 Certified Building Inspector ^5 NDT Technician (UT, MT, DT. VT) lIIZIZZZZIIZIZZZsS Batch Plant Inspector 7^ AWS Certified Welding Inspector (Field Welding. Shop Welding, High-Strength Bolting) 65 /^isce/Zoneous Overtime and Saturday Rate..... ,.5 ^ Regular Hourly Rate Sunday and Nationally Recognized Holiday Rate (including the day after Thanksgiving)2 x Regular Hourly Rate Minimum Professional Fee $500/Project Minimum Field Services Fee $400/Project Rush Surcharge „o,^3, p,^^^ 5^0^ f TRAVEL • • • Regular Hourly Rate Per Diem (variable, depending on location) $80-l60/day ^^^"^^•7 Z.ZZZ $63 Sample Pick Up (San Diego, Riverside and San Bernardino Counties) $63 EQUIPMENT AND MATERIALS Nuclear Gauge Technician Rate Floor-Level Survey (Zip Level) $60/day Rebound Hammer (ASTM C805) IZZZZZZZZZZZZZZZZZZ...$\0/hr Generator ..I.'Z..* $50/day Equipment/Materials Cost + 20% Pachometer , _ ^^^^^^ Hydraulic Jack Torque Wrench..... ^^^^^^ LABORATORY TESTS Sof7 and Aggregate Cleanness Value - Larger than I' (Cal 227) $128 Sieve Analysis Fine Aggregate wA/Vash (Cal 202, ASTM C136) 71 Sieve Analysis Coarse Aggregate (Cal 202, ASTM C136) 57 Sieve Analysis Pit Sample (Cal 202, ASTM CI36) Z123 Percent Finer than 200 Wash (Cal 202, ASTM CI7) 1111.66 Fineness Modulus (ASTM CI36) ZZZZZZ.23 Dry Sieve Analysis Aggregate (Non-Wash) (Cal 202, ASTM C136) ZZ. 50 Clay Lumps in Aggregate/Per Size (ASTM CH2) 116 Organic Impurities (Cal 213, ASTM C40) 57 Cleanness Value ~ 1" and Smaller (Cal 227) 87 Specific Gravity Fine Aggregate (Cal 207, ASTM C128) 71 Absorption Fine Aggregate (Cal 207, ASTM C128) 37 Specific Gravity Coarse Aggregate (Cal 206, ASTM CI27) 66 Absorption Coarse Aggregate (Cal 206, ASTM CI27) 37 Unit Weight Aggregate (Cal 212, ASTM C29) 50 Moisture in Fine Aggregate (Cal 226, ASTM C566) 37 Abrasion by L A Rattier - I I /2" and smaller (Cal 211, ASTM C131) * ZIZ215 Soundness 5 Cycles/Size (Cal 214, ASTM C88) 116 Durability Index (Cal 229, ASTM D3744) !.!..!!!.2I5 Durability Factor (Cal 229, ASTM D3744) ZZ!!ZZ.".Z93 Abrasion by L A Rattier ~ larger than I 1/2" (Cal 211, ASTM C535) ZZZZZZZZ'm % Flat & Elongated Pieces/Size (ASTM D479I) 116 % Crushed Particles/Size (Cal 205, ASTM D693) ZZZZZZZZI116 Potential Reactivity Chemical Metiiod (ASTM CI260) Quote Sand Equivalent (Cal 217, ASTM D24I9) IZZZZZ 85 Petrographic Analysis (Cal 215, ASTM C295) Quote R-Value (Cal 301, ASTM D2844) ZZZ 265 R-Value, Treated Material (Cal 301, ASTM D2844) 300 Light Weight Pieces (ASTM CI23) IZI 143 Wetting-Drying Test (ASTM D1632) Zl2\5 Soil Cement Maximum Density (ASTM DI557) 242 Soil Cement Compression Strength (Cal 312, ASTM DI632) 49 Soil Cement Cylinder Fabrication (Cal 312, ASTM DI632) 99 Direct Shear (ASTM D3080) ZZZZZZZZI2OO Direct Shear Test Slow Speed (ASTM D3080) 319 Collapse Potential (Cal 219, ASTM D2435) ZZZZZZZZZZIZZ.106 Liquid Limit (Cal 204, ASTM D4318) 56 Plastic Umit (Cal 204. ASTM D4318) ZZ.Z..Z127 Plasticity Index (Cal 204. ASTM D43I8) Z"ZZ!Z.ZZ.ZZZZ!! 122 Shrinkage Umit (ASTM D4943) Z!ZZZZZZ!!Z 79 Soil Classification (ASTM D2487) ZZZZZZZZZZZZZZZZ\98 Consolidation Point (ASTM D2435) 49 Triaxial Consolidation Point (ASTM D4745) Quote Rate Consolidation Point (ASTM D2435) 79 Natural Density Ring or Core Sample (ASTM D2937) ZZZZ!.32 Natural Density ~ Wax Chunk (ASTM D2937) 1...ZZZZZ 39 i...... , , _ LABORATORY TESTS (CONT.) Soif ond Aggregote (cent.) Percent Natural Moisture (ASTM D22I6) j29 Maximum Density/Optimum Moisture - 4" (ASTM DI557) Z.Z,.!Z.".'..!.192 Maximum Density/Optimum Moisture - 6" (ASTM DI557) !Z1ZZ.Z212 Maximum Density/Optimum Moisture - 4" (ASTM D698) ZZZZZZ.176 Maximum Density/Optimum Moisture - 6" (ASTM D698) 192 Minimum Density (ASTM DI556) ..Zl71 California Impact (Cal 216) IIZIIZ.IZZIZIZ.ZZi98 Maximum Density Check Point (ASTM D698/DI557) .IZZZZZ85 Sieve Analysis Washed (ASTM CI36) ...1.....1Z1.1.1...11..180 Sieve Analysis. Fraction Urger than 4" (Cal 202, ASTM CI36) ...ZZ50 Hydrometer (Cal 203, ASTM D422) .*Z '*'106 Percent Passing #200 (ASTM Cl I7/D422) ZZ. 57 Permeability Undisturbed (Cal 220, ASTM D5084) ..11'o" Permeability Remold Sample (Cal 220, ASTM D5084) Ouote Permeability Consolidation (Cal 220, ASTM D5084) Onnfp Expansion Index (ASTM D4289) ^ . ^^ Triaxial Shear (ASTM D4554) ' Residual Shear (ASTM D6467) i.lZllZ.l.l.,.l.llllZ..ZlZ425 Unconfined Compression (ASTM D2166) , Rock Correction (ASTM D47I8) ilZllllZlllZZZZl.25 California Bearing Ratio includes Max Density Method C (ASTM D854) ...111.Z..111111594 Bearing Ratio - Army Corp of Engineers .11111.1. 624 Corrosivity Testing (Soluble Chlorides and Sulfates, pH and Resistivity)180 Specific Gravity/Sands and Clays (ASTM D854) 140 Soluble Chlorides (Cal 422) ''T: Soluble Sulfate (Cal 417) 1111.1111111111160 pH and Resistivity (Cal 643. ASTM G5I) IZZll^Z i20 Asphalt Concrete Asphalt Conformance Testing Full (inc. % Bitumen, SA Extracted. (2) Hveem. Maximum Theoretical. (2) Stabllometer Value) .. $801 Asphalt Conformance Testing Modified (inc. % Bitumen, SA Extracted, (2) Hveem).... 447 Moisture Content of Asphalt Mixtures Using Microwave (Cal 370) 4Q Film Stripping (Cal 302) ZlZZZZZ*."*171 Percent Bitumen Asphaltic Concrete (Cal 382, ASTM D6307).Z.1.11..111Z.176 Sieve Analysis - Extracted Aggregate (Cal 382. ASTM D5444) 111.86 Specific Gravity - Waxed Asphalt Core (Cal 308. ASTM D1188) 71 Specific Gravity - Asphalt Core (Cal 308. ASTM D2726) 56 Moisture Vapor Susceptibility (Cal 307) Z.249 Unit Weight Hveem or Marshal (per Plug) (Cal 308, ASTM D1561/D1559)^ 128 Maximum Theoretical Specific Gravity AC (Cal 309, ASTM D2041) 150 Marshal Mix Design (ASTM D1559) I 'Zi AC Stability and Flow (ASTM DI559) ZlZlZZZ.l141 Optimum Bitumen Content (Cal 367) ZZ.Z2 980 Hveem Mix Design(Cal 308, ASTM DI56I) ZZllZZZ2*980 Swell Asphalt Concrete (Cal 305, ASTM D1561) *, 4, Stabllometer Value (Cal 366, ASTM DI560) .11.111.141 Retained Strengtii (6 Plugs) .1111111!645 LABORATORY TESTS (CONT.) Asphalt Concrete (cont.) Residue Viscosity ^285 Concrete Trial Batch Fabrication (ASTM C192) *287 Trial Batch Concrete Cylinder (Cal 521, ASTM C192) .11..37 Trial Batch Beam (Cal 523, ASTM CI92) !.Z1ZZ1.1.Z..1.11Z111166 Rapid Cure Concrete Boil Method ZlllZZlj7l Concrete Core Compression (ASTM C42) ZZ.57 Modulus Elasticity (Cal 522, ASTM C469) Ac 1 6" X 6" Flex Beam (Cal 523, ASTM C78) ZZ!1Z111ZZ!1Z!Z!Z!!Z"71 Concrete Permeability IZZll429 Unit Weight Hardened Concrete (ASTM C642) 111ZZ11.1.1.Z!.11.Z11Z...1Z1Z1. 43 Cement Content Hardened Concrete 857 Moist Condition, Hardened Concrete Z.251 Specific Gravity, Absorption, Void - Hardened Concrete (ASTM C642) 357 Potential Alkali Reaction, Mortar Bar #4 .. .Zl"714 Shotcrete Panel, 3 Cores - Compression (CBC) llllZ.llZlllZlll279 Split Tensile, Concrete Cylinder (ASTM C496) Z.1Z...1Z...Z..1.1Z!71 Concrete Cylinder Compression (Cal 521, ASTM C39) .1...1..111Z.11Z1Z1ZZ26 Pre-Construction Shotcrete Panels (ASTM Cl 140) lllZZ.llllI 000 Lengtii Change, Mortar or Concrete (ASTM C\57) !..Z.111..Z1.Z11ZZ"357 Compression Tests, Ughtweight Concrete Fill (ASTM C567) IIIZ.Z.IIZ57 Unit Weight Lightweight Concrete Fill (ASTM C567) IZ.l.Zl.l.lllZllZZZ57 Alosonry Mortar Properties (ASTM D2I66) ^429 Trial Grout Prisms (ASTM C942) 37 Absorption Block (ASTM CHO) .IIII.I.IZIZIZZZIIZ37 Compression Block, Urge (ASTM CHO) 1..1.Z1.1.11.11.Z.1.1.11 50 Compression Block, Standard (ASTM CHO) ll.llll.Z.ZZ.ll.llZ.ZlZl48 Efflorescence Block IIIZ57 Percent Moisture, Block (ASTM CHO) Z..11Z.1Z.1.Z111Z1137 Unear Shrinkage, Block (ASTM C426) 247 Tensile. Block (ASTM CHO) ZZZ765 Weight/Cubic Foot Block (ASTM CHO) .111Z.1..11..11...1ZZ29 Absorption 24-Hour. Brick (ASTM C67) ZZZZI37 Absorption 5-Hour. Brick (ASTM C67) I.IZIZ.III.ZI.IZZ.I.Z 37 Compression, Brick (ASTM C67) Z.Zll.ZZ37 Efflorescence, Brick (ASTM C67) IIZIIIIZ43 Modulus of Rupture, Brick (ASTM C67) 11Z1Z1.1.1!11.11Z11171 Saturation Coefficient Brick (ASTM C67) .1.1Z1.1.Z.......111Z.1Z71 Masonry Core Shear !1ZZ88 Masonry Core Compression (ASTM C42) Z.49 Tile Shear Test (Ub) (ANSI 118) 1Z1.11.1111.1.1..1.1.11.51 Water Retention and Air Content (ASTM C270) Z..ZZZ!Z!.1Z "450 Mortar Bond Strengtii - Pull Test (ASTM C482) Z.Z.lZ.l.ZZ.lll"60 Base Plate Grout Compression (ASTM CI09) .l.Z.Z.Z.l.ZlllZ.32 Grout Prism Compression (ASTM CIO 19) .ZillZllZ 26 Mortar Cylinder Compression ' " **26 _ LABORATORY TESTS (CONT.) Alosoniy (cent) Masonry Prism Compression (HalO (ASTM E447) j 106 Masonry Prism Compression (Full) (ASTM E447) 1"1111ZZ..1...Z.1..1111.Z.11.1.143 Metal Tensile Strengtii #3 - #8 Bar (ASTM A615/A706) j7, Tensile Strength #9 - #11 Bar (ASTM A6I5/A706) 87 Tensile Strength #14 - #18 Bar (ASTM A6I5) n" Bend Test Bar (ASTM A6I5) .lllZZZll43 Tensile Strengtii, Structural Steel (ASTM A370) Z..1.Z.Z1"j j6 Bend Test Structural Steel (ASTM A370) .ZIZIZZ!57 Modulus of Elasticity (Steel) .1.111.1111.1111140 /V1lsce//oneou$ Fire Proofing Density Test (ASTM E605) Fiber Reinforced Polymer, Tensile (ASTM D3039) ZllZ.lllZZZlZl.l.llZ 500 L TERMS AND CONDITIONS 1 All field services will be charged from portal to portal witii the following minimum charges: • A one-hour minimum charge will be applied to materials sampling and sample pickups. • A two-hour show-up charge will be applied to any service canceled after 4:00 PM tiie previous day. • A four-hour minimum charge will be applied to all field services. • A six-hour charge will be applied to all field services requiring between four and six hours of work. • An eight-hour charge will be applied to all field services requiring between six and eight hours of work. • Work in excess of eight hours up to twelve hours in a single day, will be charged in 30.minute increments at 1.5 times the standard rate. • Work in excess of twelve hours in a day will be charged in one-hour increments at 2.0 times the standard rate. . The Director of Industrial Relations (DIR) may dictate periodic increases to tiie prevailing wage during the duration of this project/contract SCS&T will increase our hourly rate on the effective date determined by the DIR, by a factor of 1.8 times the hourly increase. • A two and one-half percent (2.5%) fee will be charged for project administrative tasks. • ^eriod^ P''°^'^«*^ requested. A one-hour administrative charge will be invoiced per pay Work performed by field or laboratory personnel outside of normal business hours (6:30 AM - 5:00 PM) will be charged a premium on a case-by-case basis. Reimbursables: SCS&T reserves tiie right to charge for services outside of the contract in tiie form of reimbursables. These items include, but are not limited to tiie following consumables: magnetic particle powder, ultrasonic copulent concrete cylinder cans, etc. The following are also included: mileage, travel time equipment rental, administrative time utilized for photocopying, distribution lists, express mailing, archive searches, etc. Subcontracted services tiiat are included on the Fee Schedule will be charged at tiiose rates. Subcontracted services not included in our Fee Schedule will be charged at cost plus 20 percent Per diem charges will be applied to projects outside a 50-mlle radius of our office. Mileage will be charged at the rate of 50 cents per mile for distances over 50 miles from the location of dispatch. TERMS AND CONDITIONS (CONT.) Invoices for all services completed or in progress will be submitted bi-montiily. These invoices are due in full upon presentation to the client Invoices outstanding over 30 days will be considered past due A finance charge will be computed at the rate of 1.5 percent per montii, which is an annual rate of 18 percent and charged on all past due accounts. If legal action is brought on delinquent accounts, the prevailing party shall be entitied to recover its reasonable attorney's fees and other costs of collection. Our professional engineering, geology, and inspection services are performed in accordance with the current standards of practice in the industry. No otiier warranty or representation, express or implied, is made or intended. Should any services provided by SCS&T for this project become subject to state or federal prevailing wage requirements. SCS&T will be compensated for those services at its prevailing wage rates, from the date these requirements become effective through completion of the project I i 30 Palmyrita Avenue, Suite 330A Riverside, California 92507 951,965.8711. Toll Free 877.215.4321 www.scstcom 6280 Riverdale Street San Dlego, California 92120 619.280.4321, Toll Free 877.215.4321 www.scstcom 83-740 Citrus Avenue, Suite G Indio, California 92201 760.775.5983, Toll Free 877.215.4321 www.scstcom Celebrating more thon 50 Yeors in Southern California