Loading...
So California Soil/Testing Services 06PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT FOR CONTRACT SERVICES (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, ("City"), a California municipal corporation, and Southern California Soil & Testing ("Consultant"). The parties hereto agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant shall provide those services related to Materials Testing Services as specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Consultant warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. 1.2 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Consultant warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. Should Consultant discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, it shall immediately inform City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.5 Care of Work. Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Consultant, and the equipment, materials, papers and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. The performance of services by Consultant shall not relieve Consultant from any obligation to correct any incomplete, inaccurate or defective work at no further cost to City, when such inaccuracies are due to the negligence of Consultant. 1.6 Additional Services. In accordance with the terms and conditions of this Agreement, Consultant shall perform services in addition to those specified in the Scope of Services when directed to do so by the Contract Officer, provided that Consultant shall not be required to perform any additional services without compensation. Any addition in compensation not exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by the City Council. Page 1 of 13 1.7 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in Exhibit "D" (the "Special Requirements"). In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2.0 COMPENSATION & METHOD OF PAYMENT 2.1 Compensation. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation"). 2.2 Method of Payment. Any month in which Consultant wishes to receive payment, Consultant shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the services provided, including time and materials, and (2) specify each staff member who has provided services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Consultant specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Consultant for all expenses stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City's Finance Department. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. All services rendered pursuant to this Agreement shall be performed diligently and within the time period established in Exhibit "C" (the "Schedule of Performance"). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer. 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Consultant, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgment such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 3.4 Term. Unless earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreement shall continue in full force and effect beginning August 2, 2006 and terminating on August 1, 2008 (initial term), and upon mutual agreement by both parties, the term may be extended up to one additional two-year term (extended term). Page 2 of 13 4.0 COORDINATION OF WORK 4.1 Representative of Consultant. The following principals of Consultant are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: a. James A. Lewis, Vice President/Regional Manager It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Consultant and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be Timothy R. Jonasson, Public Works Director/City Engineer or such other person as may be designated by the City Manager. It shall be Consultant's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.5 City Cooperation. City shall provide Consultant with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Consultant only from or through action by City. Page 3 of 13 5.0 INSURANCE, INDEMNIFICATION AND _BONDS. 5.1 Insurance. Consultant shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, personal and public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Consultant's acts or omissions rising out of or related to Consultant's performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. The minimum amount of insurance required hereunder shall be $250,000 per individual; $500,000 per occurrence.for Personal Injury/Property Damage Coverage. Consultant shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Consultant, its officers, any person directly or indirectly employed by Consultant, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Consultant's performance under this Agreement. The term "automobile" includes, but is not limited to, a land motor vehicle, trailer or semi -trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Consultant's performance hereunder and neither City nor its insurers shall be required to contribute to such loss. A certificate evidencing the foregoing and naming City and its officers and employees as additional insured shall be delivered to and approved by City prior to commencement of the services hereunder. Consultant shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws. Consultant shall procure professional errors and omissions liability insurance in an amount acceptable to City. All insurance required by this Section shall be kept in effect during the term of this Agreement and shall not be cancelable without thirty (30) days written notice to City of proposed cancellation. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Consultant's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 5.2 Indemnification. Contractor shall defend, indemnify and hold harmless City, its officers, employees, representatives and agents ("Indemnified Parties"), from and against. those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, arising out of any liability or claim for liability, for injury to or death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Contractor, its officers, employees representatives, and agents, which arise out of acts or activities of Contractor's or Contractor's Officers, employees, agents or representatives ("Claims"), whether or not such act or activity is authorized by this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. In the event the Indemnified Parties are made a party to any action, lawsuit, or other adversarial proceeding in any way involving such Claims, Contractor shall provide a Page 4 of 13 defense to the Indemnified Parties, or at the City's option, reimburse the Indemnified Parties their costs of defense, including reasonable attorneys' fees, incurred in defense of such Claims. In addition, Contractor shall be obligated to promptly pay any final judgment or portion thereof rendered against the Indemnified Parties. 5.3 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Consultant to stop work under this Agreement and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. C. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Consultant's failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of work under this Agreement. 6.0 RECORDS AND REPORTS. 6.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning Consultant's performance of the services required by this Agreement as the Contract Officer shall require. 6.2 Records. Consultant shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 6.3 Ownership of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, whether in hard copy or electronic form, which are prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier request of the Contract Officer, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Consultant shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Consultant for the specific purpose intended and causes to be made or makes any changes or alterations in said documents and Page 5 of 13 materials, City hereby releases, discharges, and exonerates Consultant from liability resulting from said change. The provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Consultant in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Consultant shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.0 ENFORCEMENT OF AGREEMENT. 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer; provided that if the default is an immediate danger to the health, safety and general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. City may withhold from any monies payable to Consultant sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Consultant in the performance of the services required by this Agreement. 7.4 Waiver. No delay or omission in the exercise of any right or remedy of a non defaulting party on any default shall impair such right or remedy or be construed as a waiver. City's consent or approval of any act by Consultant requiring City's consent or approval shall not be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Consultant. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct or remedy any default, to recover damages for any Page 6 of 13 default, to compel specific performance of this Agreement, to obtain injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Termination Prior To Expiration Of Term. This section shall govern any termination of this Agreement, except as specifically provided in the following Section 7.8 for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Consultant. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. 7.8 Termination For Default of Consultant. If termination is due to the failure of Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over work and prosecute the same to completion by contract or otherwise, and Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Consultant for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 7.3. 7.9 Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 8.0 CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 8.1 Non -liability of City Officers and Employees. No officer or employee of City shall be personally liable to Consultant, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any State statute or regulation. Consultant warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 8.3 Covenant against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin or ancestry in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. Page 7 of 13 9:0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, consent, approval, communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this section. CITY: City Of La Quinta Attn: Timothy R. Jonasson 78-495 Calle Tampico P.O. Box 1504 La Quinta, CA 92247-1504 CONSULTANT: Southern California Soil & Testing Attn: James A. Lewis, Vice President 83-740 Citrus Avenue, Suite G Indio, CA 92201-3438 9.2 Integrated Agreement. This Agreement contains all of the agreements of the parties and all previous understanding, negotiations and agreements are integrated into and superseded by this Agreement. 9.3 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing signed by both parties. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 9.5 Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. Page 8 of 13 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA a California municipal corporation Thomas P. Genovese, City Manager ATTEST: bo,.u, I' 4L OL') ax-� Deborah H. Powell, Interim City Clerk APPROVED AS TO FORM: Katherine Jenso , City Attorney CONSULTANT: t By: r �Lt..� • Name: J �� tf' �7." %C� • r Title: .• C.. - PkC5' c(ew f. Date: 9, 3-D(0 Date: Page 9 of 13 EXHIBIT A SCOPE OF SERVICES The Consultant shall provide services as follows: 1. MATERIALS TESTING SERVICES The City of La Quinta requires services from this Professional Materials Testing/Geotechnical Laboratory firm to provide, equipment, services and products to be rendered in performing all designated work associated with the project which may include, but are not limited to, performing the following intermittent observation and testing services: • Provide a qualified technician as necessary to conduct density tests on roadway sub - grade, aggregate base, asphaltic concrete, slope fill and trench backfill placement as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D 1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. Marshall density tests on the asphaltic concrete. • Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for the curb, gutter, concrete dip section, and other minor concrete. • Perform compression strength tests on concrete cylinders in accordance with ASTM C39. • Perform extraction/gradation tests in accordance with ASTM D2172/C136 on the asphaltic concrete. • Perform R Value Testing of street subgrade and recommend a pavement section based on the results of the test. • Reporting of any Non -Compliance results of materials to the City within twenty four (24) hours from the time of sampling. Prevailing Wage - In accordance with Section 1770 of the Labor Code, the City has ascertained and does hereby specify that the prevailing wage rates shall be those provided in Article 1 1 10- 20.0, WAGE RATES. The said rates shall include all employer payments that are required by Section 1773.1 of the Labor Code. The City will furnish to the Contractor, upon request, a copy of such prevailing rates. It shall be the duty of the Contractor to post a copy of such prevailing wages at the job site. Page 10 of 13 EXHIBIT B SCHEDULE OF COMPENSATION Payment shall be in full at the rates listed in the Schedule of Billing Rates attached herewith for the actual hours submitted in conformance with Section 2.2 of the Agreement. Page 11 of 13 SOUTHERN CALIFORNIA SOIL & TESTING, INC. Confidential Schedule of Fees for State 2006 Prevailing Wage Projects Southern California Soil & Testing, Inc. (SCS&T), agrees to provide professional engineering, geology, and inspection services, on a time and materials basis. The fees for these services are invoiced at the unit rates (less 15%) listed below. PROFESSIONAL ENGINEERING AND GEOLOGY Engineer/Geologist Principal Engineer, Geologist, Environmentalist.................................$159 Associate Engineer, Geologist, Environmentalist.................................142 Senior Engineer, Geologist, Environmentalist......................................126 Project Engineer, Geologist, Environmentalist.....................................107 Staff Engineer, Geologist, Environmentalist...........................................96 Assistant Engineer, Geologist, Environmentalist....................................84 Engineering/Technician Geotechnical Field Technician Supervisor...................................$97/*106 Geotechnical Technician............................................................... 80/*101 Floor Flatness (Dip Stick) Technician...................................................200 INSPECTION Inspectors Registered Pile Driving Inspector.................................................$97/*114 Registered Materials Special Inspector ........................................... 70/*92 QA/QC Inspector............................................................................ 70/*92 Materials Technician....................................................................... 70/*89 Nondestructive Testing................................................................... 78/*95 MISCELLANEOUS Miscellaneous Senior Construction Consultant.......................................................... $126 Project QA/QC Consultant............................................................ 85/*105 Coring Asphalt, Concrete, Masonry and Gunite...........................164/*175 Drafting..................................................................................................65 WordProcessing...................................................................................65 Sample Pick Up (San Diego County).....................................................60 USAMark out................................................................................. 63/*84 *Services are submect to prevailinq wage requirements. LABORATORY TESTING Soils Classification (USCS)......................................................................... $172 Plasticity Index (ASTM D4318)............................................................. 105 Sieve Analysis, Washed (ASTM D422)................................................... 69 Hydrometer Analysis (ASTM D422)........................................................ 92 Maximum Density/Optimum Moisture 4" mold (ASTM D1557) .............. 166 Maximum Density/Optimum Moisture 6" mold (ASTM D1557) ..............184 Natural Density, Ring Samples (ASTM D2937)....................................... 27 Natural Density, Chunk Samples............................................................ 34 One Dimension Consolidation, per point (ASTM D2435)......................... 43 Collapse Potential (ASTM D2435).......................................................... 92 Expansion Index (UBC 29-2)................................................................ 147 Direct Shear, Three Points, Normal Speed (ASTM D3080)................... 153 Direct Shear, Two Points, Slow Speed (ASTM D3080) ......................... 278 Residual Shear (ASTM D3080)............................................................ 368 Resistance Value (Cal 301).................................................................. 239 Resistivity and pH (Cal 643).................................................................. 135 Sulfate Content (Cal 417)........................................................................ 63 Aggregate Sieve Analysis, Coarse (ASTM C136)................................................... $49 Sieve Analysis, Fine Washed (ASTM C136)........................................... 62 Percent Passing Sieve #200 (ASTM C117)............................................ 57 Specific Gravity, Coarse (ASTM C127)................................................... 57 Specific Gravity, Fine (ASTM C128)....................................................... 62 Organic Impurities (ASTM C40).............................................................. 49 Soundness, 5 Cycles, Sodium Sulfate (ASTM C88) per size ................ 100 Lightweight Pieces (ASTM C123)......................................................... 124 Clay Lumps and Friable Particles (ASTM C142)...................................100 Abrasion by L.A. Rattler (ASTM C131)..................................................186 Cleanness Value, minus 1" (Cal 227)...................................................... 75 Durability Index (Cal 229)...................................................................... 186 Sand Equivalent (Cal 217)...................................................................... 69 Percent Crushed Particles (Cal 205).....................................................100 Absorption, Coarse or Fine (ASTM C127/C128)..................................... 32 LABORATORY TESTING (CON-T) Asphalt Concrete Maximum Bulk Specific Gravity (Cal 308)........................................... $110 Maximum Theoretical Specific Gravity (ASTM D2041).......................... 110 Bulk Specific Gravity, Cores (ASTM D1188)........................................... 48 Sieve Analysis Extracted Aggregate (ASTM D5444) ............................... 74 Percent Bitumen (ASTM D6307)........................................................... 153 Stability and Flow, Fabricate & Test (ASTM D1559) ............................. 122 Stabilometer (Cal 304).......................................................................... 122 Film Stripping (ASTM D1664)............................................................... 148 Percent Swell (Cal 305)........................................................................ 122 Concrete Mix Design or Review......................................................................... $130 Compressive Strength, 6"x12" Cylinders (ASTM C39) ............................ 23 Compressive Strength, Core (ASTM C42).............................................. 49 Compressive Strength, Shotcrete Panel 3 Cores (UBC 1922.10).......... 242 Splitting Tensile Strength, 6"x12" Cylinder (ASTM C496)........................ 62 Flexural Strength, 6"x6"x24" Beam (ASTM C78)..................................... 62 Length Change, 3 Bars, 4 Readings (Cal 537)...................................... 309 Masonry Compressive Strength, Block 8"x8"x16" (ASTM C140) ......................... $44 Compressive Strength, Prisms 8"x16"x8" or smaller ............................... 92 Compressive Strength, Prisms Larger than 8"x16"x8" (ASTM E447) .... 124 Compressive Strength, Grout 3"x3"x6" (UBC 24-26) (ASTM E447) ........ 23 Compressive Strength, Mortar 2"x4" (UBC 21-16).................................. 23 Linear Shrinkage, Block (ASTM C426).................................................. 217 Efflorescence, Block (ASTM C67)........................................................... 49 Metals Tensile Strength, #3 - #8 Reinforcing Steel (ASTM E8) ........................ $62 Tensile Strength, #9, 10, 11 Reinforcing Steel (ASTM E8)...................... 75 Bend Test, #3 - #11 Reinforcing Steel (ASTM E8).................................. 37 SOUTHERN CALIFORNIA SOIL & TESTING, INC. Confidential Schedule of Fees for Non -Prevailing Wage Projects Southern California Soil & Testing, Inc. (SCS&T), agrees to provide professional engineering, geology, and inspection services, on a time and materials basis. The fees for these services are invoiced at the unit rates (less 15%) listed below. PROFESSIONAL ENGINEERING AND GEOLOGY Engineer/Geologist Principal Engineer, Geologist, Environmentalist ................................. $159 Associate Engineer, Geologist, Environmentalist.................................142 Senior Engineer, Geologist, Environmentalist......................................126 Project Engineer, Geologist, Environmentalist.....................................107 Staff Engineer, Geologist, Environmentalist...........................................96 Assistant Engineer, Geologist, Environmentalist....................................84 Engineering/Technician Geotechnical Field Technician Supervisor ........................................... $97 Geotechnical Technician........................................................................80 Floor Flatness (Dip Stick) Technician...................................................200 INSPECTION Inspectors Registered Pile Driving Inspector.........................................................$97 Registered Materials Special Inspector..................................................70 QA/QC Inspector...................................................................................70 MaterialsTechnician..............................................................................70 MISCELLANEOUS Miscellaneous Senior Construction Consultant.......................................................... $126 Project QA/QC Consultant.....................................................................85 Coring Asphalt, Concrete, Masonry and Gunite...................................164 Drafting..................................................................................................65 WordProcessing...................................................................................65 Sample Pick Up (San Diego County).....................................................60 USAMark out........................................................................................63 LABORATORY TESTING Soils Classification (USCS)......................................................................... $172 Plasticity Index (ASTM D4318)............................................................. lob Sieve Analysis, Washed (ASTM D422)................................................... 69 Hydrometer Analysis (ASTM D422)........................................................ 92 Maximum Density/Optimum Moisture 4" mold (ASTM D1557) ..............166 Maximum Density/Optimum Moisture 6" mold (ASTM D1557) .............. 184 Natural Density, Ring Samples (ASTM D2937)....................................... 27 Natural Density, Chunk Samples............................................................ 34 One Dimension Consolidation, per point (ASTM D2435)......................... 43 Collapse Potential (ASTM D2435).......................................................... 92 Expansion Index (UBC 29-2)................................................................ 147 Direct Shear, Three Points, Normal Speed (ASTM D3080)...................153 Direct Shear, Two Points, Slow Speed (ASTM D3080)......................... 278 Residual Shear (ASTM D3080)............................................................ 368 Resistance Value (Cal 301).................................................................. 239 Resistivity and pH (Cal 643).................................................................. 135 Sulfate Content (Cal 417)........................................................................ 63 Aggregate Sieve Analysis, Coarse (ASTM C136)................................................... $49 Sieve Analysis, Fine Washed (ASTM C136)........................................... 62 Percent Passing Sieve #200 (ASTM C117)............................................ 57 Specific Gravity, Coarse (ASTM C127)................................................... 57 Specific Gravity, Fine (ASTM C128)....................................................... 62 Organic Impurities (ASTM C40).............................................................. 49 Soundness, 5 Cycles, Sodium Sulfate (ASTM C88) per size ................ 100 Lightweight Pieces (ASTM C123)......................................................... 124 Clay Lumps and Friable Particles (ASTM C142)...................................100 Abrasion by L.A. Rattler (ASTM C131)..................................................186 Cleanness Value, minus 1" (Cal 227)...................................................... 75 Durability Index (Cal 229)...................................................................... 186 Sand Equivalent (Cal 217)...................................................................... 69 Percent Crushed Particles (Cal 205)..................................................... 100 Absorption, Coarse or Fine (ASTM C127/C128)..................................... 32 LABORATORY TESTING (CON-T) Asphalt Concrete Maximum Bulk Specific Gravity (Cal 308)........................................... $110 Maximum Theoretical Specific Gravity (ASTM D2041).......................... 110 Bulk Specific Gravity, Cores (ASTM D1188)........................................... 48 Sieve Analysis Extracted Aggregate (ASTM D5444) ............................... 74 Percent Bitumen (ASTM D6307)........................................................... 153 Stability and Flow, Fabricate & Test (ASTM D1559) ............................. 122 Stabilometer (Cal 304).......................................................................... 122 Film Stripping (ASTM D1664)...............................................................148 Percent Swell (Cal 305)........................................................................ 122 Concrete Mix Design or Review......................................................................... $130 Compressive Strength, 6"x12" Cylinders (ASTM C39)............................ 23 Compressive Strength, Core (ASTM C42).............................................. 49 Compressive Strength, Shotcrete Panel 3 Cores (UBC 1922.10).......... 242 Splitting Tensile Strength, 6"x12" Cylinder (ASTM C496)........................ 62 Flexural Strength, 6"x6"x24" Beam (ASTM C78)..................................... 62 Length Change, 3 Bars, 4 Readings (Cal 537)...................................... 309 Masonry Compressive Strength, Block 8"x8"xl6" (ASTM C140) ......................... $44 Compressive Strength, Prisms 8"x16"x8" or smaller ............................... 92 Compressive Strength, Prisms Larger than 8"x16"x8" (ASTM E447) .... 124 Compressive Strength, Grout 3"x3"x6" (UBC 24-26) (ASTM E447) ........ 23 Compressive Strength, Mortar 2"x4" (UBC 21-16).................................. 23 Linear Shrinkage, Block (ASTM C426).................................................. 217 Efflorescence, Block (ASTM C67)........................................................... 49 Metals Tensile Strength, #3 - #8 Reinforcing Steel (ASTM E8) ........................ $62 Tensile Strength, #9, 10, 11 Reinforcing Steel (ASTM E8)...................... 75 Bend Test, #3 - #11 Reinforcing Steel (ASTM E8).................................. 37 EXHIBIT C SCHEDULE OF PERFORMANCE Consultant shall provide services for an initial term of twenty-four (24) months beginning August 2, 2006 through August 1, 2008 (initial term), and upon mutual agreement by both parties, the term of this agreement may be extended for up to one two-year term (extended term). Page 12 of 13 EXHIBIT D SPECIAL REQUIREMENTS AT NO ADDITIONAL COST TO THE CITY: 1. The Consultant shall provide a hand held (type) cellular telephone and service compatible with the City's cellular phone service for each technician assigned to the City project. 2. The Consultant shall provide his or her own transportation to and from the designated work site. 3. The Consultant shall respond at the job site to requests for material testing within twenty-four (24) hours and provide written test results to the City within forty-eight (48) hours of testing. 4. The Consultant shall supply all necessary tools and materials to perform materials testing. Page 13 of 13