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