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.