Loading...
HomeMy WebLinkAboutRau & Associates, Inc. 2016-07-22COU No. 1617094 AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES [Design Professional] This Agreement, made and entered into this 22nd day of Jam, 2016 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Rau and Associates, 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 the design of a concrete slab and support foundations to support a 12,000 gallon aviation fuel tank with supporting calculations; west side of APN 003-310-08; 1475 South State Street, Ukiah. 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 within 5 weeks from receipt of the Notice to Proceed. 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 $11,340.00. 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 A, 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 A. 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 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 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 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. Design — Prof wsAgreement-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 Scooe 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 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. Design — ProNvesAgreement-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. Design — ProtSvesAgreement-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 on year from completion of the scope of work. 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. 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, after notice to Consultant that City has paid the premium, the cost of insurance may be deducted from the compensation otherwise due the contractor under the terms of this Contract. G. Subcontractors Consultant shall include all sub -contractors 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 and its agents in the performance of services under this contract, 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. "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 Design — ProtSvcsAgreement-November 20, 2008 PAGE 5 OF 7 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 Documents and 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 Governinq 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 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, Design — ProiSvmAgreement-November 20, 2008 PAGE 6OF7 subject to off -set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 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 RAU AND ASSOCIATES INC. PURCHASING DEPARTMENT MR. GEORGE RAU 300 SEMINARY AVENUE 100 NORTH PINE STREET UKIAH, CALIFORNIA 95482-5400 UKIAH, CALIFORNIA 95482 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: RAU AND ASSOCIATES BY: L , GEORGE C. RAU, PRESIDENT q4-.- 9(,21 -q5537 IRS IDN Number CITY OF UKIAH BY: _ AGIFSAYGIACOMO CITY M AGER ATTEST Design — ProfSv Agreemem-November 20, 2008 PAGE 7 OF 7 7-- G2 ze/ 6, Date Date � d� �--2- Date AND ASSOCIATES INC. CIVIL ENGINEERS - LAND SURVEYORS July 20, 2014 Mary Horger, Purchasing Supervisor City of Ukiah 411 West Clay Street Ukiah, CA 95482 mhorger aQcityofukiah.com RE: FEE PROPOSAL TO DESIGN A CONCRETE SLAB AND SUPPORT FOUNDATIONS TO SUPPORT A 12,000 GALLON AVIATION FUEL TANK, WITH SUPPORTING CALCULATIONS; WEST SIDE OF APN 003-310-08; 1475 SOUTH STATE ST., UKIAH Dear Ms. Horger: This is to respond to your request dated July 1, 2016 for an estimated cost to design a concrete slab and support foundations to support a 12,000 gallon aviation fuel tank. The design will include construction drawings suitable for obtaining a bid from a contractor and supporting calculations suitable for obtaining a Building Permit. In preparing this proposal I met with Greg Owen and Tim Eriksen at the site to view the location of the proposed tank and its immediate surroundings. The project site as conceived will disturb between 3,500 and 5,000 square feet of existing concrete slab and asphalt concrete surfacing. I also spoke with Ben Kageyama to confirm that the project is exempt from the Low Impact Development storm water requirements. Since it is less than 10,000 square feet in area, Mr. Kageyama concurred that it is exempt. A request for the electrical design was made by you and Greg Owen. Since Rau and Associates, Inc. does not have an electrical engineer on staff, we have chosen Sonoma Electrical Engineering, Inc., with its principal engineer, Martin Wobig, as a sub -consultant to perform the tasks associated with electrical engineering. Mr. Wobig formerly worked in the City of Ukiah Electric Department and is very familiar with Ukiah. The tasks involved in the project are as follows: Task 1: Existina Conditions Plan 1. We will perform a field survey of the area which be disturbed by the project as well as locate the nearest fence to the west, and locate corners any structure or building within 50 feet of the footprint of the tank. 2. Locate the storm drain inlets which are westerly of the project area. 3. Locate the electrical service boxes near the project. 4. Locate any water service elements which are visible near the project. 5. Locate the existing slab where planes currently tie down, but which will be converted to the fuel tank area. 6. Locate the southwesterly edge of a plane tie -down slab northeast of the area proposed to support the fuel tank as well as the asphalt concrete between the two slabs. Deliverables: CAD drawings in electronic format (Civil 3D) and a signed and sealed hard copy of the existing conditions plan will be delivered to the City Department of Public Works and to the Airport Manager. 100 NORTH PINE STREET - UKIAH, CALIFORNIA 95482 • 707-462.6536 - FAX 707.463.2729 www.muendassoc.com Mary Horger, July 20, 2016 Page 2 Task 2: Abbreviated Geotechnical Investigation 1. Observe one backhoe pit at the edge of the existing concrete slab near where the fuel tank will be located. Personnel from the City DPW will operate a backhoe to excavate a test pit up to 8 feet deep to allow direct observation of soil conditions where support for the tank will occur. 2. One or two laboratory test to identify the soil constituents and confirm field observations will be done. 3. A brief letter report will be written to provide design parameters for the foundation elements which will support the fuel tank saddles. 4. The limited work described is based upon a number of assumptions. It is assumed that soils will not have a high clay content which would require expansion index testing. It is assurned that the soils exposed will be judged sufficiently stable to allow use of the presumptive support values in Table 1806.2 of the 2013 California Building Code, thus avoid an array of other soil tests which would be necessary for higher support values. Deliverables: A brief letter report (2 or 3 pages) signed and sealed by a geotechnical engineer will describe existing soil conditions and presumptive soil values, as well as a determination of the seismic site class, required for the structural design. The letter report will accompany the construction drawings and structural calculations. Task 3: Civil Construction Drawinqs The construction drawings will be done in a manner which will allow a contractor to provide a competent bid for the project and will allow a Building Permit from the City of Ukiah to be issued. They will consist of five sheets as follows: o C000 - Cover Sheet with Construction Notes and Location Maps o C100 — Existing Condition Plan (already produced in Task 1) o C110 — Site Plan with Proposed Plan of Improvements and Summary of Code Compliance Statements. The site plan will include a schematic location of the underground electrical service trench and the emergency shut-off switch trench and mounting post. A drain pipe will be located to drain the slab around the fuel tank to the existing storm drain system. The drain piping will have a valve which will be normally closed to trap rain water on the slab to observe it for hydrocarbons from incidental spills on the slab; or to prevent any incidental spills from running off the slab. o C200 — Foundation and Concrete Slab Plan with Typical Sections and Structural Details. Typical sections will be provided for the storm water piping and for the underground electrical conduits which will house the electrical conductors. The valve detail for the storm water drain will also be included on this sheet of drawings, or on Sheet C400 if space does not allow it to be shown on Sheet C200. Bollards will be located near the fuel tank and dispenser to protect it and conform to regulations for such tanks. o C400 — Construction Storm Water BMP's o Electrical Drawings — Electrical Drawings will be incorporated into the drawing set. A description of the details related to the electrical design is attached hereto. Mary Horger, July 20, 2016 Page 3 The source of power has been indicated to be available in an underground splice box adjacent to the: slab area which will be re -constructed to support the tank. A schematic line drawing will indicate the approximate location of the connecting conductors from the underground splice box to the connection location on the pre -fab pump assembly. A location will be suggested for the emergency shut-off switch, again with a schematic indication of the underground trench and mounting post. We will also include a line depicting where the trench for a conduit to support a telephone connection to the fuel dispenser from a service point approximately 80 feet away shall be installed. A typical section of this trench with its conduit and backfill requirements will be added to Sheet C200. There will be one review of the plans by the Airport Manager and the Director of Public Works (or his designee) and no reviews by the FAA (Federal Aviation Administration). Deliverables: CAD drawings in electronic format (Civil 3D) and a signed and sealed hard copy of the construction drawings will be delivered to the City Public Works Department and to the Airport Manager. Four sets of wet signed construction drawings will be delivered to the City Purchasing Department together with pdf s of the construction drawings, suitable for putting the project out to bid. Task 4: Structural Calculations Structural calculations will be done to justify the design of the foundation elements and their ability to resist overturning from wind or seismic forces. They will be similar in content to those example calculations provided by the City Purchasing Department as part of the RFP. Deliverables: Three sets of structural calculations, signed and sealed by a registered civil engineer will be delivered together with the hard copies of the construction drawings and the geotechnical letter report. Task 5: Construction Support by Electrical Engineer Since this facility is a critical facility with hazardous materials, construction support is deemed prudent to provide some assurance that details are not overlooked which could create a hazardous condition. Limited construction support is included in the proposed tasks of the Electrical Engineer and are included in the attached proposal from Sonoma Electrical Engineering, Inc. The civil works are relatively straight forward and it is assumed the City Department of Public Works can perform the oversight required during construction of the foundation and paving elements. Additional Information Required from City • Airport Layout Plan prepared by others, which will be used to confirm compliance with the setback distance requirement from the tank to the centerline of the runway. Proposed Maximum Not -to -exceed Fee We propose to perform the work described above and produce the deliverables mentioned above for an estimated fee for the civil engineering tasks is not to exceed $7,740. The total fee is broken down as follows: Site Survey and Existing Conditions Plan - $1,550; Abbreviated Geotechnical Report - $790; Civil Construction Drawings - $4,000; Structural Calculations - $1,400. A task -hour break -down is attached for your information. Mary Horger, July 20, 2016 Page 4 Sonoma Electrical Engineering has proposed a fixed fee of $3,600 for their services. This amount will] be added without any markup by Rau and Associates, Inc. Therefore the Maximum Not -To -Exceed Amount for the combined engineering services Is $11,340 (Eleven Thousand, Three Hundred Forty Dollars). Proposed Schedule We propose to perform the initial field survey work within 5 days of receipt of the notice to proceed. The Existing Condition Plan and a preliminary Site Plan will be ready for review and approval by the Airport Manager and Department of Public Works within 5 days after the field surveys are complete. It is anticipated that it will take us approximately 2 weeks to complete geotechnical letter report, the construction drawings and the structural calculations to the 95% completion point. We anticipate completing any required changes to the submitted documents within three working days of receipt of comments. Schedule of Fees: Attached Thank you for this opportunity to be of service. C. C 21908 Exp. 09.30 -art? CI1Iti. Attachment: Schedule of Fees #33 Task -Hour Breakdown Sonoma Electrical Engineering, Inc. Proposal Very truly yours, /`^ JJ J.t,�/; �� �4�• cam. George C. Rau, President Rau and Associates, Inc. Registered Civil Engineer 21908 Expires 09-30-2017 SCHEDULE OF FEES - Table 33 Effective September 1, 2015 Administration $60.00/hr. Associate Civil Engineer 5140,00/hr. Chief of Party (PW) 5135.00/hr. Construction Inspector (PW) $128,00/hr. Expert Witness/Testimony at Trial, Deposition, Arbitration $250.00/hr. (4 hour minimum) GPS Operator $135.00/hr. Instrument Operator (PW) $118.00/hr. Materials Tester including PW (nuclear gauge charge may apply) $116.00/hr. Outside Services Cost + 15% Project Coordinator $70.00/hr. Registered Civil Engineer Principal $175.00/hr. Rodman (PW) $115.00/hr. Sr. Staff Engineer/Surveyor $115.00/hr. Survey Manager $135.00/hr. Technician 1 $38.00/hr. Technician II $72.00/hr. Vehicle Use (subject to change due to Internal Revenue Standards) $0.575/mile Laboratory Tests: Texture Analysis (Mendocino County Health Dept.) $ 45.00/ea, Unit Dry Weight -Moisture Content (Tube Sample or Ped) $35.00/ea. Sand Equivalent (CTM 217) $110.00/ea. Sieve Analysis - Coarse Aggregates (CTM 202) $50.00/ea. Sieve Analysis - Fine Aggregate (CTM 202) $90.00/ea. Maximum Dry Density (ASTM D1557) 4" Mold $205.00/ea. 6" Mold $235.00/ea. Maximum Dry Density (ASTM D698) $190.00/ea. Maximum Wet Density (CTM 216) $235.00/ea. Unit Weight of Aggregate (CTM 212) Method A or B $55.00/ea. Method C $39.00/ea. Crushed Particle Analysis (CTM 205) $67.00/ea. Cleanness Value (CTM 227) $67.00/ea. Durability Index - Coarse (CTM 229) $140.00/ea Durability Index - Fine (CTM 229) $220.00/ea, Specific Gravity & Absorption (CTM 206) $90.00/ea, Plasticity Index (ASTM 4318) $162.00/ea. Expansion Index (UBC Standard 18-2) $190.00/ea. Unit Weight of Fresh Concrete (CTM 518) Technician Hourly Rate Ball Penetration (CTM 533) Technician Hourly Rate Air Content of Fresh Concrete (CTM 504) Technician Hourly Rate Sample Preparation Times Technician Hourly Rate Special Equipment Rates: Supplemental Billings: All Terrain Vehicle $45.00/per day' Engineering Copies 24 X 36 $3.00/sheet Computer Aided Design Software $10.00/hr. Engineering Copies 18 X 26 $2.00/sheet GPS Equipment $600/per day` Engineering Copies 11 X 17 $1.00/sheet Nuclear Gauge $100/per day` Steel Fence Posts $8.00/each Robotic Total Station $200/per day' Survey Monuments $3.00/each One Day Minimum Charge Invoices will be rendered monthly, as a final or progress billing, whichever applies, and are payable upon receipt, unless a mutually acceptable payment schedule has been established. Late Fees at a rate of I %% per month, computed and charged monthly on the entire unpaid balances, shall be payable on accounts not paid within 30 days from invoice date. 6s:iieAND ASSOCIATES INC. CMLENOWEERS-LAND SURVEYORS Fee Schedule 33 Job No. Job Name: City AvFuel 12k Tank Fnd Date: July 16, 2016 PHASES T-4 I I T-1 - C100 r T -3-C110= T-3 - C200 I L T-3 - C000 Registered Civil Engineer Principal Associate Civil Engineer Survey Manager Chief of Party (PW) GPS Specialist Construction Inspector (PW) Instrument Operator (PW) Materials Tester (PW) Nuclear Gauge Charge) Sr. Staff Engineer Rodman (PW) QSDIQSP Specialist (non PW) Technician II Project Coordinator Administrative Technicians Vehicle Use (miles) RTK GPS Equipment (per day) Lab Unit Prices Computer Hours Permit Fees Ba&hoe and Operator Outside Service Reknbursables BUDGET FOR PHASE PW = Prevailing Wages Rate/Cost 175 140 135 135 135 128 118 (W/o 116 115 115 110 72 70 cost + 15%1 Calculations Wei cost total 8 $ 1,400.00 $ $ S $ $ $ $ $ $ S a a $ $ S - S - 8 S 1,400.00 PW Survey, E Conditions Wet 6,401.75 cost cost 1 $ total 2 $ 350.00 6 S 840.00 s $ S S S - s a $ $ 2 $ 236.00 a - 6 $ 690.00 2 $ 230.00 a $ 6 $ 60.00 S $ S $ 10 $ 5.75 s - s 4 S 40.00 S S S 5 12 $ 1,551.75 2 hr (1) Title Report= (2) Map Checking Fees - (3) Recording Fees= (4) Monuments= Subtotal 0 Worksheet Page 1 Dwg-Site Plan, Code hre 6,401.75 cost cost 1 $ total 3 $ 525.00 6 $ 840.00 s $ S S S - s $ $ $ $ a $ S $ $ a S 6 $ 60.00 $ $ 7 $ 1,075.00 a - s 6 $ 60.00 $ $ 9 $ 1,425.00 Dwg-Str Plan, Details hrs/ 6,401.75 cost total 1 $ 175.00 6 $ 840.00 a $ a Reimbursables s 90.00 S S S s $ S a S $ $ a 6 $ 60.00 $ a 7 $ 1,075.00 Cover hrs/ cost total 2 S 350.00 Total Sheet 1 $ 6,401.75 Total Sheet 2 $ 1,250.00 Total Sheet 3 $ - Total Sheet 4 $ - Reimbursables S 90.00 GRAND TOTAL- S 7,741.75 Budget Worksheet Continued Fee Schedule 33 Job No. Job Name: Date: PHASES I I T-3 - C400 T-2 zuomr- t:xampl. Rate/Cost Registered Civil Engineer Principal 175 Associate Civil Engineer 140 Survey Manager 135 Chief of Party (PW) 135 GPS Specialist 135 Construction Inspector (PW) 128 Instrument Operator (PW) 118 Materials Tester (PW) (w/o Nuclear Gauge Charge) 116 Sr. Staff Engineer 115 Rodman (PW) 115 QSO/QSP Specialist (non PW) 110 Technician II 72 Project Coordinator 70 Administrative 60 Technician 1 38 Vehicle Use (miles) 0.575 RTK GPS Equipment (per day) 600 Lab Unit Prices 0 Computer Hours 10 Permit Fees 0 Backhoe and Operator 100 Outside Service cost + 15% Reimbursables cost BUDGET FOR PHASE zuomr- t:xampl. turst cost total total 1 $ 175 E $ $ $ $ $ $ $ $ $ $ $ 3 $ 345 $ $ E E s $ $ $ $ $ $ E $ s $ 3 $ 30 S $ $ S s $ $ 0 7 $ 550.00 Geotechnical rs cost total 4 $ 7001 $ $ $ $ E - $ $ E $ $ $ $ $ E E E $ $ $ $ $ 4 $ 700.00 Worksheet Page 2 rs cost total $ $ $ $ $ $ S $ s s - s - s $ s S S E s $ 0 $ hrw cost total E E $ $ $ $ $ $ $ $ E E $ $ $ $ E s $ S $ s 0 E nrsr cost total s S $ S s $ S $ $ s - s $ 5 s s $ $ S s s $ 0 $ Total This Sheet $ 11250.00 = AND ASSOCIATES, INC aWerarRs•LNOS EYMS Expenses that would fall under "reimbursables" or "other" OTHERIOUTSIDE SERVICES Cost Quantity Total LAS CHARGES Cost Quantity Total Engineering Copies 24" X 36" $ 3.00 ea $ - Texture Analysis Mendocino County Health Dept.) $ 45.00 ea 2 $ 90.00 Engineering Copies 18!'X 26" $ 2.00 ea $ - Unit Dry Weight -Moisture Content Tube Sample or Pec $ 35.00 ea $ - Engineering Copies 11"X17" $ 1.00 ea $ - Sand Equivalent CTM 217 $ 110.00 ea $ - Custom Blueprints cost varies $ - ea $ - Sieve Analysis - Coarse Aggregates CTM 202 $ 50.00 ea $ - Concrete Cylinders $ 35.00 ea $ - Sieve Analysis - Fine Aggregate CTM 202 $ 90.00 ea $ - Assessor Ma $ 2.00 ea $ - Maximum Dry Density ASTM D1557 $ - Monuments cost varies $ - ea $ - 4" Mold $ 205.00 ea $ - Photo/Rendedngs/Repro. BB&P, Photo Finish $ - $ - 6" Mold $ 235.00 ea $ - Travel & Lodging $ - $ - IMaximurn Dry Density ASTM D698 $ 190.00 ea $ - Meals $ - $ - Imaximurn Wet Density CTM 216 $ 235.00 ea $ - Postage/Shipping/Freight $ - $ - I Unit Weight of Aggregate CTM 212 $ - Misc. Reimbursable Expense $ - $ - I Method A or B $ 55.00 ea $ - LegalFees $ - $ - I Method C $ 39.00 ea $ - AII Terrain Vehicle $ 45.00 da $ - JCrushed Particle Analysis CTM 205 $ 67.00 ea $ - Computer Aided Design Software $ 10.00 hr $ lCleanness Value CTM 227 $ 67.00 ea $ - Survey Monuments $ 3.00 ea JDurability Index - Coarse CTM 229 $ 140.00 ea $ - Nuclear Gauge $ 100.00 da $ - Durability Index - Fine CTM 229 $ 220.00 ea $ - GPS Equipment $ 600.00 da $ - Specific Gravity & Absorption CTM 206 $ 90.00 ea $ - Robotic Total Station $ 200.00 da $ - Plasticity Index ASTM 4318 $ 162.00 ea $ - Stereo Air Photos $ 18.00 pair $ - Expansion Index UBC Standard 29.2 $ 190.00 ea $ - Steel Fence Posts $ 8.00 ea $ - Unit Weight of Fresh Concrete CTM 518 Tech Rate hr Ball Penetration CTM 533 Tech Rate hr Air Content of Fresh Concrete CTM 504 Tech Rate hr Sub -Total Reimbursables $ - Total Reimbursables $ 90.00 Registered Civil Engineer Principal Associate Engineer Survey Manager GPS Operator Chief of Party Instrument Operator (PW) Rodman (PW) Sr. Staff Engineer Project Coordinator Administrative 175 140 135 135 135 118 115 115 70 60 GCR MAW JJR JJR JJR JCJ, CAR DAJ SF, DAJ July 19, 2016 Mr. George Rau Rau and Associates, Inc. 100 North Pine Street Ukiah CA 95482 Via Email., george@rauandassoc.com Re: City of Ukiah — Airport Fuel Tank SEE Proposal #16-069 Dear George: Sonoma Electrical Engineering (SEE), a California Corporation, is pleased to submit this proposal for consulting engineering services for the above -referenced project. Pursuant to conversations with you, our understanding of the Scope of Work and Services to be performed by SEE is as follows: A. SCOPE OF WORK 1. Conduct site visit electrical survey to determine existing conditions. Determine power source and communication interconnection for new fuel tank control and associated equipment. 2. Complete electrical drawings and specifications for AHJ review submittal and construction. 3. Coordinate electrical drawings with other disciplines, tank vendor and City staff. 4. Provide construction support. Includes contractor RFI response and final site inspection. B. GENERAL 1. All design work shall be reproduced on construction documents utilizing AutoCAD. Site plans shall be provided to SEE in an AutoCAD compatible file. 2. SEE shall prepare electrical construction specifications as an integral part of construction documents. 3. SEE shall respond to plan check comments. 4. SEE shall, during construction, respond to all Contractors' Request for Information (RFI) concerning electrical scope of work. 5. Electrical equipment load data shall be provided to SEE in a timely manner to meet completion schedule. 6. SEE shall review equipment submittals. 7. The above scope of work is based on the adequacy and capacity of existing power and signal systems serving the project area. Design work required outside the project area to meet Code requirements in the project area shall be additional services to the scope of work. Prior to commencement of additional services, SEE shall provide, in writing, scope of additional work and proposal for approval. 1125 Shady Oak Place • Santa Rosa, CA 95404 • (707) 483-8829 info@sonomaee.com 0 www.sonomaee.com Mr. George Rau July 19, 2016 Page 2 C. FEES, TERMS AND CONDITIONS The cost for professional engineering services shall be a fixed fee of $3,600.00; plus direct job expenses as described in the attached Schedule of Charges. Professional services will be performed according to the attached Terms and Conditions. Additional services, if required, can be provided according to the attached Schedule of Charges. Thank you again for the opportunity to submit our proposal on this project. We look forward to working with you. If this proposal is acceptable, please sign in the space provided below and return a copy to our office. Should you have any questions or comments, please feel free to call me. Respectfully submitted, G� Martin E. Wobig, PE President ma rtin(Dsonomaee. com Accepted By: Print Name: � �®2 C • t2 4(X Encls. Title:S Date: 7 — 2 2 — ?&716 SONOMA ELECTRICAL ENGINEERING TERMS AND CONDITIONS TIME IS OF THE ESSENCE Our fee and time schedule are based on the timely receipt of required information and an uninterrupted progression of the design process. ADDITIONAL SERVICES Any services not listed as included in this proposal may be provided for an additional fee, based upon our attached Schedule of Charges. MONTHLY BILLINGS We will submit monthly progress billings based on the attached Schedule of Charges, which is an integral part of this proposal. LIMITATION OF LIABILITY Client agrees to limit SEE's professional liability to the lesser of the fees charged to the Client by SEE for the services performed for the Client, or the sum of one million dollars. DISPUTE RESOLUTION All disputes arising from SEE's performance of this agreement shall be first submitted to non-binding mediation, before exercising other available dispute resolution methods. STANDARD OF CARE Services provided by SEE under this agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. SHOP DRAWING REVIEW SEE shall review and approve contractor submittals, such as shop drawings, product data, samples and other data, as required by SEE, but only for the limited purpose of checking for conformance with the design concept and the information expressed in the contract documents. This review shall not include review of the accuracy or completeness of details, such as quantities, dimensions, weights or gauges, fabrication processes, construction means or methods, coordination of the work with other trades or construction safety precautions. SEE's review shall be conducted with reasonable promptness while allowing sufficient time in SEE's judgment to permit adequate review. Review of a specific item shall not indicate that SEE has reviewed the entire assembly of which the item is a component SEE shall not be responsible for any deviations from the contract documents not brought to the attention of SEE in writing by the Contractor. SEE shall not be required to review partial submissions or those for which submissions of correlated items have not been received. CONSTRUCTION OBSERVATION SEE shall visit the project at appropriate intervals during construction to become generally familiar with the progress and quality of the contractors' work and to determine if the work is proceeding in general accordance with the Contract Documents. The Client has not retained SEE to make detailed inspections or to provide exhaustive or continuous project review and observation services. SEE does not guarantee the performance of, and shall have no responsibility for, the acts or omissions of the contractor, subcontractor, supplier or any other entity furnishing materials or performing any work on the project If the Client desires more extensive project observation or full-time project representation, the Client shall request such services be provided by SEE as Additional Services in accordance with the terms of this Agreement. JOBSITE SAFETY Neither the professional activities of SEE nor the presence of SEE's employees and subconsultants at a construction site, shall relieve the general contractor and any other entity of their obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for permitting, superintending or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. SEE has no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. The general contractor is solely responsible for jobsite safety. OPINIONS OF PROBABLE COST In providing opinions of probable construction cost, the Client understands that SEE has no control over costs or the price of labor, equipment or materials, or over the Contractor's method of pricing, and that the opinions of probable construction cost provided herein are to be made on the basis of SEE's qualifications and experience. SEE makes no warranty, expressed or implied, as to the accuracy of such opinions as compared to bid or actual costs. TIME PERIOD This proposal will remain valid for ninety (90) days, unless cancelled earlier in writing. SONOMA ELECTRICAL ENGINEERING SCHEDULE OF CHARGES PROFESSIONAL HOURLY RATE Principal Engineer $195.00 Senior Electrical Engineer $150.00 CADD Drafter $65.00 DIRECT PROJECT EXPENSES (Not included in our fee proposals) 1. All costs for services not ordinarily provided by Sonoma Electrical Engineering will be billed at cost plus 20 percent. These costs include: special printing, courier service, photo processing and reproductions. 2. Costs for outside consultants will be billed at cost plus 25 percent.