Loading...
HomeMy WebLinkAboutSchaaf & Wheeler Consulting Civil Engineers, Inc. 2014-04-18 '' Ulti l31`C � 17� AGREEMENTFOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this �� day of�� 2014 �„Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Schaaf & Wheeler, Consulting Civil Engineers, a corporation, organized and in good standing under the laws of the state of California, hereinafter referred to as "ConsultanY'. RECITALS This Agreement is predicated on the following facts: a. City requires consulting services to prepare the Storm Drain Maintenance and Rehabilitation Study. 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. 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 maximum dollar amount of $44,959. 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, 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 RevireJ AS�eement-Slorm Dram Maintcnavice and RehabJi�atio�Swdy PAGEIOF] 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 Chanqes. 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 Pavment. 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 Pavment. 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 shali 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. Rev�scd AS�eement-Smrm Dam hleintcnance and Rehabihtaeon Smdy PAGE20F] 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 Liabilitv. Without limiting ConsultanYs 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: 1. 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 consultanYs 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: 1. General Liabilitv: $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 Liabilitv: $1,000,000 combined single limit per accident for bodily injury and property damage. Rcviscd Ayreement-S�orm Dram Afainrenance and ReM1ab�L�aoion Swdy PAGE)OF] 3. Worker's Compensation and Emplovers Liabilitv: 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 liabilitv: $1,000,000 per claim. 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: 1. General Liabilitv and Automobile Liabilitv Coverapes 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 ConsultanYs 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 ConsultanYs 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 ConsultanYs insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the Iimits of the insurer's liability. 2. Worker's Compensation and Emplovers Liabilitv Coveraae The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from ConsultanYs performance of the work, pursuant to this Agreement. Revised A6�ument-Smrm Drai��laintcnan<e and Rehabdrtation Swdy PAGE 4 OF] 3. Professional Liabilitv Coveraqe If written on a claims-made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend for the duration of the work being performed. 4. All Coveraqes 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 US mail, has been given to the City. E. Acceptabilitv of Insurers Insurance is to be placed with admitted California insurers with an A.M. BesYs 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 Coverape 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 iiability that arises out of, or pertains to, or relates to any negligent act or omission or the wiliful 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. Rev�sed Agrcemem-Srorm Dram nlamte�ancc xnd RchabiL�aaon Smdy PAGESOF] "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 ConsultanYs 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. Reuse of work products for other projects will be at the sole risk of City. 7.2 Governinp 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 Aqreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabilitv. 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 Assipnment. ConsultanYs 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 Rev�scd Agreemem-Smrtn Dram htemrenance and ReFabili�a�mn Swdy PAGEbOF9 termination is given to Consultant. City shall pay the Consultant oniy for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of ConsultanYs breach of contract. 7.9 Duqlicate Oriqinals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall 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 be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows: CITY OF UKIAH Schaaf&Wheeler DEPT. OF PUBLIC WORKS Consulting Civil Engineers 300 SEMINARY AVENUE 411 RUSSELL AVENUE UKIAH, CALIFORNIA 95482-5400 SANTA ROSA, CALIFORNIA 95403 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: I I 1 � 4 , Date PR TNAME:�M+ SLF v{C�PQrc3roe�•T ��- oa6 � 3�-� IRS IDN Number CITY OF UKIAH B .� '�i" 'f /� � JA E A. CHAMBERS Date CITY MANAGER ATTEST �/I/��� 1� ���'VW� '��L s�f IH KRISTINE LAWLER, CITY CLERK Date Rcv�sed Agreemem-S�orm Deam�lainrenance and RehabJnauon Smdy PAGE]OF) C� City of 9lkiah Storm Drain Maintenance and Rehabilitation Study Proposed Approach and Schedule Progect Understandang The City of Ukiah Storm Drain Maintenance and Rehabilitation Study will identify structural and maintenance issues within the City's storm drain infrastructure and provide a prioritized plan to replace and/or rehabilitate the deficient infrastructure. This study will guide the City in planning, financing, engineering, and maintaining its stormwater infrastructure.Schaaf &Wheeler's goal is to provide a plan to Ukiah that can be implemented easily and effectively.This document should be a product that helps the City identify problems, manage resources, and provide cost-effective and comprehensive solutions. We plan to accomplish this by assembiing a team of highly qualified engineers and working with the City to create a cohesive scope and schedule. Schaaf& Wheeler and our subconsultant V&A Engineering have developed effective approaches in evaluating the condition of existing storm drain infrastructure, having recenfly completed similar work for the Cities of Orinda, East Palo Alto, Los Altos and Santa Cruz County.We will apply these tried and tested techniques to evaluate Ukiah's storm drain system. Approach and Scope ofi Work The Schaaf 8�Wheeler team plans to work closely with City staff to develop a project scope and schedule that is effective and efficient. The following work plan is based on our review of the Request for Proposals and the available information from the City. We would expect this plan to be modified based on feedback from the City. Phase 1 — Preliminary Analysis Schaaf&Wheeler will conduct a project kickoff ineeting to review the project goals and to collect existing data. Schaaf & Wheeler will review known condition and maintenance issues with the City's operation and maintenance staff. Schaaf &Wheeler will spend the remaining part of the day in the field inspecting the City's storm drain infrastructure. Schaaf & Wheelerwill review and evaluate existing documents provided by the City,which may include improvement plans, base maps, and reporfs. Based on input from City staff, review of the existing documents, and results from our preliminary site visit, Schaaf &Wheeler will develop a prioritized plan to inspect and evaluate the storm drain infrastructure. The plan will be summarized in a brief inemorandum which will be submitted to the City for review and comment. The plan will be ,r' adjusted as necessary to meet the goals of the ' ;;, � City. � Phase 2—Condition Assessment � � Schaaf&Wheeler's subconsultant V&A will • + complete a programmatic condition assessment of the drainage systems identified in the previous � task. Based on the budget available for this ? project,we believe that the largest amount of � useful data can be collected by performing a combination of CCTV inspections and Ispot inspections from accessible locations (manholes, inlets, outlets, etc.). We have successfully used this method on several storm drain condition assessment projects in the recent past. � 01/24/2014 i Schaaf� Wheeler Consulting Civil Engineers �� city ofukia� Storm Drain Maintenance and Rehabilitation Study � Spotlnspections V&A will use a portable pole-mounted camera to quickly gather video documentation of the storm drain mains. V8,A will also provide condition assessment services for storm drain manholes.The intent of zoom camera inspection is to attempt to investigate the storm mains without using a mainline CCTV crawler camera and without pre-cleaning. This can create significant project savings and will allow for a larger amount of storm drain lines to be inspected for the budget available. Roughly 10 to 20 manholes and associated pipelines can be investigated in a typical S-hour day of field work depending on location and accessibilify. For this scope, V&A assumes 3 field crew days of condition assessment work (approximately 40 manholes and associated pipelines). Defect observations will be rated using industry standards for pipe and manhole condition. CCTV Inspection mM We have initially budgeted for five days of CCTV `f"�;�� by our subconsultant Miksis Services, Inc. This � should allow for the CCTVing of approximately �'�;�I� 10,000 linear feet of pipe. The CCTV reporting will �" be prepared in accordance with PACP standards. `'!; The amount of time in the field and method of inspection can be adjusted as necessary to meet the needs and goals of the City. The condition of the City's drainage system will be documented in a stand-alone report by V&A. Schaaf& Wheeler will use this information to develop a Capital Improvement Program (CIP) based on condition. Projects will be categorized based on priority with public safety being the highest concern. .. Phase 3—Documentation Schaaf &Wheeler will document the condition of the existing storm drain system and develop a capital improvement program to address the issues identified. Updafe City's GIS Storm Drain Layer Schaaf & Wheelerwill utilize ihe data collected from the inspections and update the City's GIS storm drain layer to document the pipe material and condition. Data atiribute formats will be consistent with the City's datasets whenever possible. Capital Improvement Program Improvement projects will be identified to mitigate the system deficiencies identified in the previous task. Improvements can range from pipeline cleaning, pipeline rehabilitation (sliplining or CIPP), pipeline replacement, and structure (manhole, inlet, outlet, etc.) rehabilitption or replacement. The rehabilitation/replacement method will be developed based on pipeline location, construction feasibility, environmental concerns,and construction costs. Once the improvement projects are identified they will be prioritized based on severity of deficiency, location within the system, potential public impacts due to deficiency, and input from the City. Based on the projects and prioritizations, our team will develop a Capital Improvement Program (CIP). The highesi priority projects will be scheduled for a 5-year construction window.The remaining projects will be scheduled over a long-term timeframe determined by the City. Cost offen attributes strongly to project priority rankings.Schaaf &Wheeler will prepare a cost estimate for each project based on our internal unitized costs from several other local storm drain improvement projects.This analysis will be clearly documented for future use in financial analyses or fee studies. o1/z4/zosa 2 Schaaf� Wheeler Consulting Civil Engineers City of Qlkia( Storm Drain Mointenance and Rehabilitation Sfudy Identify Funding Sources Schaaf& Wheeler is well versed with storm drain improvement funding mechanisms and requirements. We have worked with multiple municipalities around northern California to help fund their sTorm drain improvements. Funding sources may include grants, user fees,impact fees, special taxes, and special assessment districts. We will discuss the potential funding options with the City to identify sources to be considered, and recommendations will be presented in the Storm Drain Maintenance and Rehabilitation Report. Draff and Final Report Schaaf &Wheeler will produce a complete draft Storm Drain Maintenance and Rehabilitation Study that will summarize the existing drainage system condition, list and prioritize improvement projects, estimate costs for all improvements, and present methodologies. The document will be formatted and organized to layer ihe study information. It will provide a concise overview of the study findings and recommendation5 in non-technical terms that should provide sufficient information to the general public and City officials outside the engineering field, such as, the Council members.The report will also supply the technical community with detailed information on the drainage system.Appendices will include improvement figures and detailed cost estimates.The final report will be supplied in hard copy (25 hard copies and 1 reproducible master copy) as well as elecironically, in PDF format. City Council Presentation Schaaf &Wheeler will prepare a presentation that summarizes the draft Storm Drain Maintenance and Rehabilitation Study. A draft of the presentation will be submitted to the City for review and comment. The final presentation will ihen be presented to the City Council. 01/24/2014 s Schaaf� Wheeler Consultlng Civit Engineers city of ukiafi Sto�m Drain Maintenance and Rehabilifation Siudy Schaaf� Wheeler Fee Proposal - City of Ukiah Storm Drain Maintenanee and Rehabilitation Study - January 24, 2014 a � v 5 � w w = v a u Ea ov 3 i ° � � > > TASK o y ;t » c `oo N o � u�, pa za x a �` a s '� o Hourl Rate $210 $185 $745 � � - � o ; � o 0 PHASE 1 Prelimina Anal sis 0 15 24 $ 6,255 $ $ $ $ $ 6,255 1.1 Kickoff Meetin &Site Visit 8 8 2,640 $ 2,640 1.2 Collect and Review Existin Data 1 8 1,345 $ 1,345 1.3 Develo Ins ection Plan 2 8 $ 1,530 $ 1,530 1.4 Meet with Ci to Review 4 $ 740 $ 740 PHASE 2 Condition Assessmeni 0 0 0 $ $10,600 $ 530 $12,580 $ 629 $ 24,339 2.1 S ot Ins ections - 12,580 629 $ 13,209 2.2 CCN Ins ection $ - $10,600 $ 530 11,130 PHASE 3 Documentafion 4 30 55 $ 14,365 $ $ $ $ $ 14,365 3.1 U date Cit 's GIS Storm Drain 2 12 $ 2,110 2,110 3.2 Develo CIP 2 11 $ 1,965 1,965 3.3 Identi Fundin Sources 4 $ 740 $ 740 3.4 Pre are Draff Re orf 2 4 16 $ 3,480 $ 3,480 3.5 Meet with Ci to Review Draff 4 740 $ 740 3.6 U date Draff Re ort 2 8 1,530 1,530 3.7 Council PresentaTion 8 1,480 1,480 3.8 Pre are Final Re orf 2 4 8 $ 2,320 $ 2,320 TOTAL 4 45 79 $ 20,620 $10,600 $ 530 $12,58D $ 629 $ 44,959 oi/2a/2o14 Schaaf� Wheeler Consulting Civil Engineers Schaaf � Wheeler JamesR.Schaaf,PhD,PE Consulting Civil Engineers Kirk R.Wheelet,PE Offices 1171 Homestead Road, Suite 255 David A.Foote,PE SanW Clara Peder C.7orgensen,PE Santa Clara,CA 95050-5485 San Francisco Chazles D.Anderson,PE 408-246-4848 Salinas Daniel J.Sd�aaf,PE Fax 408-246-5624 Santa Rosa Hourly Charge Rate Schedule Personnel Charges Charges for personnel engaged in professional and/ox technical work are based on the actual hours directly chargeable to the project. Current rates by classificarion are listed below: Classification Rate/Hr Classification Rate/Hr Project Manager $210 Construction Manager $200 Project Engineer $200 Senior Resident Engineer $175 Sexuor Engineer $185 Resident Engineer $155 Associate Engineer $165 Assistant Resident Engineer $135 Assistant Engineer $145 Conshuction Inspector $125 Junior Engineer $135 Designer $130 Technician $125 Engineering Trainee $ 95 Principal rime is$275 per hour and is charged only for work done in prepazation for lirigation and other very high level-of-expertise assigrunents. Court or deposition time as an expext witness is charged at$375 per hour with a minimum of four hours per day. Materials and Services Subcontractors, special equipment, outside reproducrion, data processing,computer services,etc., will be charged at 1.10 times cost. These rates are subject to revision semi-annually. Effective 1/1/14 D:\JOBS\promo\Ukiah SD Maint Study\Contxact_041014\Chazge Rates 2014_1 page.doc � v� V&A CONSULTING ENGINEERS 2014 FEE SCHEDULE EFFECTIVE JANUARY 1, 2014 JOB TITLE HOURLY RATES Principal-in-Charge gZg3 Senior Project Manager $Z47 Project Manager $22� Senior Project Engineer $206 Structural Engineer $206 Project Engineer $1 S5 Associate Engineer $165 Assistant Engineer $134 CADD Designer $134 Engineering Assistant $124 Senior Technician $118 NACE Certified Coating Inspector $g2 Technician $103 Project Administrator/Clerical $g2 Forensic Engineering $412 Deposition/Court Appearance $515 RATES INCLUDE OVERHEAD AND PROFIT OTHER DIRECT COSTS Subcontractor/Subconsultant Cost+ 10% Soil and Coating Sample Analysis Cost+ 10% Travel (AidHotel/Per Diem/Rent-A-Car) At Cost Auto/Truck Mileage Federal Rate Field Truck $85/Day Confined Space Entry Truck and Safety Equipment $130/Day Reproduction, Printing, Shipping At Cost