HomeMy WebLinkAboutSHN Consulting Engineers & Geologists, Inc. 2010-12-12AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this '0, day of , 2010 ("Effective
Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and
SHN Consulting Engineers & Geologists, Inc., a corporation organized and in good standing
under the laws of the state of California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to as-builty surveying services at Riverside
Park.
b. Consultant represents that it has the qualifications, skills, experience and properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "A", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services by January 7, 2011. Consultant shall complete the work to the City's
reasonable satisfaction, even if contract disputes arise or Consultant contends it is
entitled to further compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
exceed a guaranteed maximum dollar amount of $2,200.00. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope of Work as set forth in the attached Attachment B,
Std - ProNvaAgreement- November 20, 2008
PAGE I OF 7
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for same shall be as set
forth in Attachment B. Consultant shall complete the Scope of Work for the not-to-
exceed guaranteed maximum, even if actual time and expenses exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation sufficient to enable City
to determine progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not the City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venturer, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify
and hold City and its officers, agents and employees harmless from and against any
claims or demands by federal, state or local government agencies for any such taxes or
benefits due but not paid by Consultant, including the legal costs associated with
defending against any audit, claim, demand or law suit.
Std - ProtSvcsAgreement- November 20, 2008
PAGE 2 OF 7
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it
maintains its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City's
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within 10 days of being notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the full period of time allowed by law, surviving the termination of this Agreement
insurance against claims for injuries to persons or damages to property, which may arise
from or in connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 20 10 10 01 and Commercial General Liability Coverage -
Completed Operations Form No. CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant's
profession. Architects' and engineers' coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work performed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
Std -ProlSvcsAgreement- November 20, 2008
PAGE 3 OF 7
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
General Liability and Automobile Liability Coverages
a. The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant for the full period of time allowed by
law, surviving the termination of this Agreement. The coverage
shall contain no special limitations on the scope-of-protection
afforded to the City, its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
C. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
Std - ProtSvcsAgreement- November 20, 2008
PAGE 4 OF 7
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement. The policy period shall extend from
10/31/10 to 10/31/11.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided,. canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverages required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, the cost of insurance becomes part of the compensation due the
contractor after notice to Consultant that City has paid the premium.
G. Subcontractors
Consultant shall include all subcontractors or sub-consultants as insured under
its policies or shall furnish separate certificates and endorsements for each sub-
contractor or sub-consultant. All coverage for sub-contractors or sub-consultants
shall be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant in the performance of services under this contract by
Consultant, but this indemnity does not apply to liability for damages for death or bodily
injury to persons, injury to property, or other loss, arising from the sole negligence, willful
misconduct or defects in design by the City, or arising from the active negligence of the
City.
Std - ProtSvcsAgreement- November 20, 2008
PAGE 5 OF 7
"Indemnify," as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include
all costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned
and become the property of the City upon their creation and shall be given to City
immediately upon demand and at the completion of Consultant's services at no
additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A".
All documents produced by Consultant shall be furnished to City in digital format and
hardcopy. Consultant shall produce the digital format, using software and media
approved by City.
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or sub-contract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure the breach within the time specified in the notice, the
contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
termination is given to Consultant. City shall pay the Consultant only for services
Std - ProlSvcsAgrcement- November 20, 2008
PAGE 6 OF 7
date. t, as
performed and expenses incurred shall provide ttomCity' all f nishedsor hunf'nished
a condition to payment, Consultant
documents, data, studies, surveys, drawings, maps, models, photographs and reports
itled to
any Cwork onsultant
prepared by the Consultant p this fAgreement.
satisfactlorly cotmpleted
receive just and equitable compensation
hereunder, subject to off-set for any direct or consequential damages City may incur as
a result of Consultant's breach origina
each 7,9 Duplicate Orii i This Agreement the parties. yWbe executed in hen so signed, eachlisuch document shall
bearing the original ginal signature of p
be admissible in administrative or judicial proceedings as proof of the terms of the
Agreement between the parties.
8.0 NOTICES
Any notice given under this Agreement shall
personally delivered or deposited in the mail
parties as follows:
CITY OF UKIAH
DEPT. OF COMMUNITY SERVICES
300 SEMINARY AVENUE
UKIAH, CALIFORNIA 95482-5400
be in writing and deemed given when
(certified or registered) addressed to the
SHN CONSULTING ENGINEERS
MATT HERMAN
335 S. MAIN STREET
WILLITS, CA 95490-3977
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY:
PRINT NAME:
L-Z- ~ U0
Date
IRS IDN Number
CITY OF UKIAH
B
CITY MANAGER
Date
ATTEST
#YAC'-L~ERK'
Date
Std - ProISmAgreemcni. Nova yr 20.2002
PAGE70P7
CONSULTING ENGINEERS & GEOLOGISTS, INC.
335 S. Main St.- Willits, CA 95490-3977. 707/459-4518 • FAX: 707/459-1884 • willitsinfo@shn-engr.com
Reference: 410000.054 r- A
Date: December 15, 2010
To: Mary Horger, Purchasing Supervisor
City of Ukiah
411 West Clay Street
Ukiah, CA 95482
mhorger@cityofukiah.com
From: Matthew T. Herman, CA PLS 8335
Subject: Proposal for Surveying Services: Topographic survey of the Riverside Park
Phase 1 - Rough Grading, Ukiah, California
SHN Consulting Engineers & Geologists, Inc. (SHN) appreciates the opportunity to submit this
proposal to provide surveying services for the above referenced project. Our understanding of the
project is based upon the Topographic Survey Scope provided by the City of Ukiah.
Topographic Survey Scope:
Conduct a topographic survey of the Riverside Park Phase One Rough Grading Project (the
"Project") to determine as-constructed grades. The area of the topographic survey shall include
the area within the "Limit of Site Survey" line indicated in the Construction Drawings (the
"Drawings") for the Project and shall extend to other areas disturbed by the rough grading
work; but, shall not include the Stockpile Area and the Staging Area indicated in the Drawings.
The surveyor shall tie the topographic survey to the existing on-site control points and shall
include sufficient points to accurately convey the as-constructed topography with contours at 1'
intervals for use in final design of the proposed finish grading and trail system.
At a minimum, points shall be taken at the following points:
1. As required to accurately establish 1' contours within the Limit of Site Survey line
and extending outside of this limit as required to establish transition to undisturbed
ground.
2. Tops and toes of slopes and at all grade breaks.
Topographic surveys shall be provided in AutoCAD and in printed form at 1"=20' on 24"06"
sheets. AutoCAD files shall conform to the following:
1. All entities and objects shall be formatted with line type bylayer and color bylayer.
2. Each point shall be formatted such that the point and each attribute are on separate
layers with color by layer.
3. All categories of entities and objects shall be on separate layers such as points, major
contour, minor contour, ridge lines, grade breaks, top of slope, bottom of slope etc.
4. Points along the trail center line shall be on a separate layer than other points.
Civil • Environmental • Geotechnical • Surveying
Construction Monitoring • Materials Testing
Economic Development • Planning & Permitting
\ \ Willits\projects\2010\410067-CityofUkiahRiversideParkstaking\ Promos\ 410000.054-COURiversidePrk\ PUBS\ promos\ 20101215-
MemoCityof UkiahRiversideParkScopeofWorkandEstimate.doc
City of Ukiah
Memo: Proposal for Surveying Services
December 15, 2010
Page 2 of 2
5. Text including point attributes shall be established to read at a minimum of 1/10"
when plotted at the prescribed scale.
6. The topographic survey AutoCAD file shall insert at coordinate 0,0,0 in the world
coordinate system as determined by the design files.
Total Cost:
The work will be performed subject to the terms of a City of Ukiah Standard Service Agreement.
All services will be invoiced on a time and expenses basis and based upon our current schedule of
charges. The cost for providing the services requested will not exceed $2,200.00 and we estimate
that this effort will be completed by January 7, 2011 weather depending. The cost is based upon our
current understanding of the project. If a change in the scope and associated cost is warranted, a
modified cost estimate and scope will be negotiated at that time.
Again, thank you for this opportunity and please do not hesitate to call if you have any questions.
Enclosure: 2010 Fee Schedule
MTH:dmf
Civil • Environmental • Geotechnical • Surveying
Construction Monitoring • Materials Testing
Economic Development • Planning & Permitting
Willits\projects\2010\410067-CityofUkiahRiversideParkstaking\ Promos\410000.054-COURiversidePrk\PUBS\promos\20101215-
MemoCityof UkiahRiversideParkScopeofWorkandEstimate.doc
4Y T
Consulting Engineers & Geologists, Inc.
Fee Schedule
January 1, 2010
When accurate definition of the proposed work is not possible, an hourly charge out rate for
determining compensation shall be used. Hourly charge rates include payroll costs, overhead, and
profit. Hourly services are billed portal to portal and are subject to a 2-hour minimum. Current rates
are as follows:
Hour' Charge Rates
Position'
Hourly Rates
Principal Engineer
$130.00
- $150.00
Principal Engineering Geologist
$120.00
- $145.00
Principal Surveyor
$120.00
- $140.00
Project Manager
$ 80.00
- $145.00
Senior Planner
$ 85.00
- $125.00
Senior Engineer
$ 85.00
- $145.00
Senior Geotechnical Engineer
$ 85.00
- $135.00
Senior Geologist
$ 85.00
- $135.00
Senior Surveyor
$ 80.00
- $125.00
Engineer
$ 75.00
- $100.00
Traffic Engineer
$ 80.00
- $125.00
Geologist
$ 70.00
- $100.00
Certified Industrial Hygienist
$ 90.00
- $135.00
Environmental Specialist
$ 60.00
- $125.00
Environmental Planner
$ 60.00
- $ 95.00
Staff Surveyor3
$ 60.00
- $ 95.00
Assistant Engineer
$ 60.00
- $ 95.00
Survey Party Chief3
$ 60.00
- $ 90.00
Junior Engineer
$ 55.00
- $ 75.00
Engineering Technician/Draftsperson3
$ 55.00
- $ 85.00
Lab/Field Technician3
$ 55.00
- $ 90.00
Survey Technician3
$ 50.00
- $ 80.00
Technical Writer
$ 45.00
- $ 65.00
Clerical
$ 45.00
- $ 60.00
Expert Witness2.4
$125.00
- $200.00
1 Incidental expenses, i.e., lodging, meals, airplane tickets, etc., are billed at cost plus 15%.
2 Minimum daily charge is four hours.
3 Rates depend on the specific personnel as
signed and if prevailing wage rates are required
in the area of work.
4 Rates for Expert Witness are charged for
preparation and testimony for both deposition(s)
and trial s).
C:\Documents and Settings\ aherman\ Local Settings\Temporary Internet Files\Content.Outlook\RQQW7TMJ\FEESCH-2010Table.doc
SHN 2010 Fee Schedule
Reimbursables
The following direct charges are charged in addition to the hourly charge rates set forth above.
Direct Charges:
Engineering Copies (D or E size)
$ 2.00/ ea.
CADD plots (black & white)
$ 15.00/ ea.
CADD plots (color)
$ 20.00/ ea.
Copies
$ .15/ea.
Equipment and other expenditures (required for projects)
Cost + 15%
FAX
$ 2.00/sheet
Field office
Cost + 15%
Filing fees, telephone expense, etc.
Cost + 15%
Iron pipe, monuments, flagging, etc.
Cost + 15%
Mylars
$ 2.50/ sq. ft.
Services of other consultants
Cost + 15%
Stakes, hubs, lath, etc.
Cost + 15%
Subsistence, air travel, etc.
Cost + 15%
Vehicles
$ 10.00/ day plus
$ 0.80/mile
Field Testing and Equipment:
Anchor bolt testing
$ 10.00/hour plus operator
C02 Meter
$ 10.00/ day
Concrete Compression Impact Hammer
$ 25.00/ day*+
Core Drilling Machine
$ 75.00/day + $3.00/inch cored
Dissolved Oxygen Meter
$ 50.00/day*+
Expendable Supplies
$ 40.00/ day*+
Fyrite Meter
$ 25.00/day*+
Generator
$ 50.00/day*+
Geophysical Equipment
By Quotation
Grundfos Controller & Pump (50 ft. max well depth)
$100.00/ day
Grundfos Controller & Pump (>50 ft. well depth)
$200.00/day*+
Hand Auger
$ 20.00/ day
Health & Safety Level D
$ 30.00/ day*+
Health & Safety Level C
$ 60.00/day*+
High Pressure Controller
$ 60.00/day*+
Inclinometer
$200.00/ day*
LEL Meter
$ 50.00/ day*+
Nuclear Density Testing
$ 15.00/hour plus operator
Other equipment including drill rigs, backhoes, etc.
Cost + 15%
ORP Meter
$ 15.00/ day
OVA
$100.00/ day*+
Ozone Sparge Trailer
$500.00/day
Peristaltic Pump
$ 50.00/ day*+
pH/ Conductivity Meter
$ 40.00/ day*+
Power Auger
$100.00/day*+
Pumps
$ 45.00/ day*+
Quad (ATV)
$150.00/day
Rebar Locating Device
$ 5.00/hour plus operator
* 1/2 Day Minimum Charge.
+ 25% Weekly Discount, 40% Monthly Discount.
(1) If concrete is sampled and delivered to SHN lab by outside contr
actor, add $5.00/ea. for processing and
curing per ASTM C-31.
C:\Documents and Settings\ aherman\ Local Settings\Temporary Internet Files\Content.Outlook\RQQW7TMJ\FEESCH-2010Table.doc
SHN 2010 Fee Schedule
Reimbursables, Continued
Field Testing and Equipment, Continued:
Roto-hammer
$ 50.00/day*+
Skidmore-Wilhelm Bolt Tension Calibration
$ 40.00/day
Soil/Gas Purge Pumps
$ 30.00/day*+
Soil Gas Probes
$200.00/ day*+
Torque Wrench (to 1000 ft lbs)
$ 10.00/hour
Turbidity Meter
$ 20.00/day*+
Ultrasonic Test Device
$ 12.00/hour plus operator
Vapor Extraction System
$500.00/day*+
Water Level Data Logger
$ 60.00/day*+
Water Level Meter
$ 30.00/day*+
Well Point
$ 50.00/day
Well Wizard
$100.00/da
Survey Equipment:
Data Collector
$ 5.00/hour
GPS Station
$300.00/day*
Level
$ 25.00/ day*
Robotic Total Station
$ 40.00/hour
Total Station
$ 7.50/hour
Total Station w/Data Collector
$ 12.50/hour
Laboratory Tests:
Asphalt Briquette Compaction
$ 50.00/ea.(1)
Asphalt Bulk Specific Gravity
$ 30.00/ea.
Asphalt Content by Nuclear Method
$ 75.00/ test
Asphalt Content Gauge Calibration
$190.00/ea.
Asphalt Extraction Bitumen)
Cost + 15%
Asphalt (Hveem) Mix Design
On Request
Brass Tube (Liner)
$ 5.00/ ea.
Cleanliness Value (CT 227)
$ 75.00/ea.
Compaction Curves (ASTM D 1557 or Caltrans CT216):
4-inch Mold
$150.00/ea.
6-inch Mold
$150.00/ea.
Check Point
$ 40.00/ea.
Concrete Compressive Strength (CT 521 or ASTM C39)
$ 25.00/ea.(2)
Concrete Linear Shrinkage (3 Bars)
$200.00
Concrete Moisture
$ 25.00/test (floor test)
Consolidation Test
$300.00/ea.
Direct Shear, per point: (ASTM D3080)
Consolidated-Drained (CD)
$130.00/point
Unconsolidated-Undrained (UU) (Modified ASTM)
$100.00/point
Consolidated-Undrained (CU) (Modified ASTM)
$115.00/point
Additional cycles (each)
$ 50.00/ea.
Disposable Concrete Molds
$ 2.00/ea.
1/2 Day Minimum Charge.
+ 25% Weekly Discount, 40% Monthly Discount.
(1) If asphalt is delivered to SHN lab unmixed, add $75.00/ea, for processing a
nd mixing per Caltrans CT304.
(2) If concrete is sampled and delivered to SHN lab by outside contractor, add $5.00/ea. for processing and curing per
ASTM C-31.
C:\Documents and Settings\ aherman\ Local Settings\Temporary Internet Files\Content.Outlook\RQQW7I'MJ\FEESCH-2010Table.doc
SHN 2010 Fee Schedule
Reimbursables, Continued
Laboratory Tests, Continued:
Durability Index
$ 75.00/ ea.
Expansion Index
$150.00/ test
Fireproofing Density
$ 50.00/ ea.
Grout Compressive Strength
$ 30.00/ ea.
LA Rattler (abrasion resistance)
$150.00/test
Liquid Limit
$ 75.00/ ea.
Masonry Block Compressive Strength
$ 65.00/ ea.
Masonry Block Absorption & Moisture
$ 50.00/ ea.
Masonry Block Linear Shrinkage
$ 85.00/ ea.
Masonry Block Prism Compressive Strength
$125.00/ ea.
Masonry Core Shear Test
$ 50.00/core
Moisture Content
$ 15.00/ ea.
Moisture-Density Test
$ 25.00/ea.
Particle Size Analysis (ASTM 422)
$100.00/ ea.
Percent Crushed Particles
$125.00/ea.
Percent Entrained Air In Concrete
$ 10.00/ ea.
Percent Organics
$ 50.00/ea.
Plastic Limit
$ 50.00/ea.
Plasticity Index
$125.00/ea.
R-Value
$225.00/ea.
Rice Specific Gravity of Asphalt (ASTM D2041)
$ 70.00/ea.
Sample Preparation
$ 40.00/hour
Sand Equivalent
$ 50.00/ea.
Sawing Rocks and Concrete Cores
$ 30.00/unit
Sieve Analysis--Coarse
$ 45.00/ ea.
Sieve Analysis--Fine
$ 55.00/ea
Sieve Analysis--Passing 200
$ 45.00/ea.
Specific Gravity, Rock
$ 45.00/ea.
Stabilometer of Premixed AC
$ 75.00/ea.
Sulfate Soundness
$ 80.00/cycle
Swell Test
$ 55.00/point
Triaxial Compression
Unconsolidated Undrained (TXUU) (ASTM D2850)
$115.00/point
Consolidated Undrained (TXCU) (ASTM D4767)
$385.00/point
Consolidated Drained (TXCD) (ALOE)
$500.00/point
Consolidated Undrained (TXCU-3 stage) (ASTM D4767)
$810.00/test
Consolidated Drained (TXCD-3 stage) (ACOE)
$860.00/test
USDA Bulk Density Test
$ 20.00/ea.
USDA Textural Suitability Test
$ 50.00/ea.
Unconfined Compression
$ 50.00/ea.
Unit Weight of Concrete
$ 50.00/unit
Notes:
All samples of soil or rock from physical testing are discarded 30 days after submission of final report unless prior
arrangements are made. Samples of soil or rock submitted for testing for hazardo
us substances will be returned to the Client,
who is responsible for proper disposal.
This fee schedule is subject to review and adjustment, as required.
Certain services may require prevailing wages or overtime at premium pay to SHN employees. In such circumstances, fees
will be adjusted to reflect increased labor costs.
C:\Documents and Settings\aherman\Local Settings\Temporary Internet Files\Content.Outlook\RQQW7TMJ\FEESCH-2010Table.doc
SHN 2010 Fee Schedule
Mary Horger
From: Matt Herman [mherman@shn-engr.com]
Sent: Wednesday, December 15, 2010 4:12 PM
To: Mary Horger
Subject: RE: Riverside Park: As-built Survey
Attachments: 20101215-MemoCityof UkiahRiversideParkScopeofWorkandEstimate pdf
Hi Mary,
Attached is the estimate letter for your use. Please call of email if you have any questions or need anything further..
Thanks,
Matt Herman, PLS
Survey Department Head, Project Manager
SHN Consulting Engineers & Geologists,INC
335 South Main Street, Willits CA 95490
707-459-4518 707-459-1884 (fax)
mherman@shn-en rg com
From: Mary Horger [mailto:mhor, eq r(a)cityofukiah.coml
Sent: Wednesday, December 15, 2010 2:05 PM
To: Matt Herman
Cc: Katie Merz
Subject: FW: Riverside Park: As-built Survey
Hi, Matt:
I understand you gave Katie an estimate for this work. Can you please prepare for me a proposal letter, with a
final not-to-exceed amount, and a completion time-line once you receive a notice to proceed?
Thank you.
Mary Horger, Purchasing Supervisor
CITY OF UKIAH
411 West Clay Street, Ukiah, California 95482
P: (707) 463-6233, F: (707) 463-6234
mhorger@cityofukiah.com
From: Harned, R. Samuel [mailto:RSHarned(abrrmdesign.coml
Sent: Friday, December 10, 2010 11:55 AM
To: Warren McClung; Mary Horger
Cc: Katie Merz
Subject: RE: Riverside Park: As-built Survey
Greetings,
It sounds pretty good Warren. One other item that comes to mind for the AutoCAD work on the topographic survey is to
have all text on separate layers from their associated line work (e.g - top/toe of slope labels separate from lines,
contour level text separate from the contour lines, centerline stationing separate from centerline).
Sam Harried
rrm group
210 East F Street
Oakdale, CA 95361
P: (209) 847-1794 I F: (209) 847-2511
www.rrmdesian.com
From: Warren McClung [mailto:wrmcclung(&sonnet.coml
Sent: Friday, December 10, 2010 11:09 AM
To: 'Mary Horger'
Cc: 'Katie Merz'; Harned, R. Samuel
Subject: Riverside Park: As-built Survey
Mary,
The following is the scope of services that is required for the as-built survey. It would be best if we could have SHN
prepare this survey as they are familiar with the project and it will save us time, which is critical at this point.
Topographic Survey Scope:
Conduct a topographic survey of the Riverside Park Phase One Rough Grading Project (the "Project") to determine as-
constructed grades. The area of the topographic survey shall include the area within the "Limit of Site Survey" line
indicated in the Construction Drawings (the "Drawings") for the Project and shall extend to other areas disturbed by the
rough grading work; but, shall not include the Stockpile Area and the Staging Area indicated in the Drawings. The
surveyor shall tie the topographic survey to the existing on-site control points and shall include sufficient points to
accurately convey the as-constructed topography with contours at 1' intervals for use in final design of the proposed finish
grading and trail system.
At a minimum points shall be taken at the following points:
1. As required to accurately establish 1' contours within the Limit of Site Survey line and extending outside
of this limit as required to establish transition to undisturbed ground.
2. Tops and toes of slopes and at all grade breaks.
Topographic surveys shall be provided in AutoCAD and in printed form at 1 "=20' on 24"x36" sheets. AutoCAD files shall
conform to the following:
1. All entities and objects shall be formatted with line type bylayer and color bylayer.
2. Each point shall be formatted such that the point and each attribute are on separate layers with color by
layer.
3. All categories of entities and objects shall be on separate layers such as points, major contour, minor
contour, ridge lines, grade breaks, top of slope, bottom of slope etc.
4. Points along the trail center line shall be on a separate layer than other points.
5. Text including point attributes shall be established to read at a minimum of 1/10" when plotted at the
prescribed scale.
6. The topographic survey AutoCAD file shall insert at coordinate 0,0,0 in the world coordinate system as
determined by the design files.
AutoCAD files of the design files will be provided to the surveyor for reference and coordination.
Sam, do see anything that I should add to the as-built survey?
Warren R. McClung, ASLA
(209)840-1l98