Loading...
HomeMy WebLinkAboutContracts & Agreements_3-2005_CCv0001.pdf AGREEMENT TO FURNISH CONTRACT ADMINISTRATION AND RESIDENT ENGINEERING SERVICES WITH ASSOCIATED ENGINEERS FOR THE REHABILITATION OF RUNWAY 8/26 AND PARALLEL TAXIWAY AND TAXIWAY CONNECTORS, AND MARKINGS AT REDLANDS MUNICIPAL AIRPORT This Agreement is made and entered into this 4th day of January, 2005 by and between the City of Redlands, a municipal corporation (hereinafter "City") and Associated Engineers hereinafter("Consultant"). In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and Consultant agree as follows: ARTICLE I - ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant and Consultant hereby accepts the engagement to perform contract administration and resident engineering services for the Redlands Municipal Airport (the "Services"). 1.2 The Services shall be performed by Consultant in a professional manner, and Consultant represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional consultants in the industry providing like and similar types of services. ARTICLE 2 - SERVICES OF CONSULTANT 2.1 The specific Services which Consultant shall perform are more particularly described in Exhibit "A" entitled "Scope of Services" which is attached hereto and incorporated herein by this reference. 2.2 Consultant shall comply with all applicable Federal, State and local laws and regulations in the performance of this Agreement including but not limited to all applicable Labor Code and prevailing wage laws commencing at California Labor Code section 1770 et. seg. and non-discrimination laws including the Americans with Disabilities Act and the Fair Employment and Housing Act. 2.3 Consultant further understands that if it violates the provisions of the California Labor Code relating to prevailing wage, that City may enforce the California Labor Code by notice of the withholding of contract payments to Consultant or its subcontractors pursuant to Labor Code sections 1726, 1727 and 1771.6. 2.4 Consultant agrees that if it executes an agreement with a subcontractor to perform any of the Services that Consultant shall comply with California Labor Code sections 1775 and 1777.7 by providing the subcontractor with copies of the provisions of Sections 1771, 1775, 1776, 1777.5, 1813 and 1815 of the Labor Code. Consultant acknowledges that the statutory provisions for penalties for failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and 1813. ARTICLE 3 - RESPONSIBILITIES OF CITY 3.1 City shall make available to Consultant information in its possession that is pertinent to the performance of Services. 3.2 City will make provisions for Consultant to enter upon City-owned property as required by Consultant to perform the Services. 3.3 City designates Charlotte Kranenburg to act as its representative with respect to the Services to be performed under this Agreement. ARTICLE 4 - PERIOD OF SERVICE 4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance with the schedule set forth in Attachment "B," entitled "Project Schedule." ARTICLE 5 - PAYMENTS TO THE CONSULTANT 5.1 The total compensation for Consultant's performance of the Services shall not exceed the amount of$149,576. City shall pay Consultant on a time and materials basis up to the not to exceed amount, in accordance with Attachment "C" entitled "Project Fee," and based upon the hourly rates shown in Attachment "D," entitled "Rate Schedule." 5.2 Consultant shall bill City within ten days following the close of each month by submitting an invoice indicating the portion of the Services performed, who performed the Services, indirect costs, and the detailed cost of all Services including backup documentation. Payments by City to Consultant shall be made within 30 days after receipt and approval of Consultant's invoice, by warrant payable to Consultant. 5.3 All notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills and payments sent by mail shall be addressed as follows: city Redlands, CA 92373 Charlotte Kranenburg Municipal Utilities Department City of Redlands 35 Cajon Street, Suite 15A PO Box 3005 (mailing) Consultant Curt Ingraham, RCE, VP Associated Engineers, Inc. 3311 E. Shelby Street Ontario CA 91764-4872 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. Changes may be made in the names and addresses of the person to whom notices and payments are to be given by giving notice pursuant to this section. ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 Consultant's Insurance to be Prim All insurance required by this Agreement shall be maintained by Consultant for the duration of this Agreement and shall be primary with respect to City and non-contributing to any insurance or self-insurance maintained by City. Consultant shall not perform any Services pursuant to this Agreement unless and until all required insurance listed below is obtained by Consultant. Consultant shall provide City with Certificates of Insurance and endorsements evidencing such insurance prior to commencement of Services. All insurance policies shall include a provision prohibiting cancellation of the policy except upon thirty(30)days prior written notice to City. 6.2 Workers' Compensation and Employer's Liabili A. Consultant shall secure and maintain Workers' Compensation and Employer's Liability insurance throughout the duration of this Agreement in amounts which meet statutory requirements with an insurance carrier acceptable to City. B. Consultant expressly waives all rights to subrogation against City, its elected officials, employees and volunteers for losses arising from work performed by Consultant for City by expressly waiving Consultant's immunity for injuries to Consultant's employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement extends to any claim brought by or on behalf of any employee of Consultant. This waiver is mutually negotiated by the parties. This waiver shall not apply to any damage resulting from the negligence of City, its agents and employees. To the extent any of the damages referenced herein were caused by or resulted from the concurrent negligence of City, its agents or employees, the obligations provided herein to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of Consultant, its officers, agents and employees. 6.3 Comprehensive General Liabilily Insurance. Consultant shall secure and maintain in force throughout the duration of this Agreement comprehensive general liability insurance with carriers acceptable to City. Minimum coverage of one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate for public liability, property damage and personal injury is required. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6A Professional Liabilily Insurance. Consultant shall secure and maintain professional liability insurance throughout the duration of this Agreement in the amount of one million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) annual aggregate. 6.5 Business Auto Liabilfty Insurance. Consultant shall have business auto liability coverage, with minimum limits of one million dollars ($1,000,000)per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall include all Consultant-owned vehicles used in connection with the Services, hired and non-owned vehicles, and employee non-ownership vehicles. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.6 Assignment and Insurance Requirements. Consultant is expressly prohibited from subletting or assigning any of the Services covered by this Agreement without the express prior written consent of City. In the event of mutual agreement between parties to sublet a portion of the Services, Consultant shall add the subcontractor as an additional insured and provide City with the insurance endorsements prior to any Services being performed by the subcontractor. Assigranent does not include printing or other customary reimbursable expenses that may be provided in this Agreement. 6.7 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold harmless City, its elected officials, officers, employees and agents, from and against any and all actions, claims, demands, lawsuits, losses and liability for damages to persons or property, including costs and attorney fees, that may be asserted or claimed by any person, firm, entity, corporation, political subdivision or other organization arising out of or in connection with Consultant's negligent and/or intentionally wrongful acts or omissions under this Agreement; but excluding such actions, claims, demands, lawsuits and liability for damages to persons or property arising from the negligence or intentionally wrongful acts of City, its officials, employees or agents. ARTICLE 7 - GENERAL CONSIDERATIONS 7.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing party shall, in addition to any costs and other relief, be entitled to the recovery of its reasonable attorneys' fees. 7.2 Consultant's key persons to perform the Services are Project Manager Jim Imbiorski and Project Engineer Curt Ingraham. Consultant agrees that this person shall be made available and assigned to perform the Services and that he shall not be replaced without concurrence from City. 7.3 All documents, records, drawings, designs, cost estimates, electronic data files, databases, and other documents developed by Consultant pursuant to this Agreement and any copyright interest in said above described documents, shall become the property of City and shall be delivered to City upon completion of the Services, or upon the request of City. Any reuse of such documents and any use of incomplete documents will be at City's sole risk. 7.4 Consultant is for all purposes an independent contractor. Consultant shall supply all tools and instrumentalities required to perform the Services described in this Agreement. All personnel employed by Consultant are for its account only, and in no event shall Consultant or any personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City. 7.5 Unless earlier terminated, as provided for below, this Agreement shall terminate upon completion and acceptance of the Services by City. 7.6 This Agreement may be terminated by City, without cause, by providing five (5) days prior written notice to Consultant (delivered by certified mail, return receipt requested) of intent to terminate. 7.7 If this Agreement is terminated by City, an adjustment to Consultant's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed services, and (2) any payment due Consultant at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Consultant. 7.8 Upon receipt of a termination notice, Consultant shall (1) immediately discontinue all services affected, and (2) within five (5) days of the date of said termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of any data, design calculations, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Consultant in performing the Services required by this Agreement. Consultant shall be compensated on a pro-rata basis for work completed up until notice of termination. 7.9 Consultant shall maintain books and accounts of all payroll costs and expenses related to the Services. Such books shall be available at all reasonable times for examination by City at the office of Consultant. 7.10 This Agreement, including the Exhibits incorporated herein by reference, represents the entire agreement and understanding between the parties as to the matters contained herein, and any prior negotiations, written proposals or oral agreements relating to such matters are superseded by this Agreement. Any amendment to this Agreement shall be in writing, approved by City Council of City and signed by City and Consultant. 7.11 This Agreement shall be governed by and construed in accordance with the laws of the State of California. IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant have signed in confinnation of this Agreement. City of Redlands (Consultant) By: By: S SAN PEPPLER 0 Im G�s i, ce resident +ayor Associated Engineers, Inc. Attest: City CIdr/k, C—ity of AGREEMENT TO FURNISH CONTRACT ADMINISTRATION AND RESIDENT ENGINEERING SERVICES FOR THE REHABILITATION OF RUNWAY 8/26 AND PARALLEL TAXIWAY AND TAXIWAY CONNECTORS, AND MARKINGS, AT REDLANDS MUNICIPAL AIRPORT ATTACHMENT A SCOPE OF SERVICES Associated Engineers Redlands Airport Scope Project Understanding The project consists of the construction management of the Redlands Municipal Airport Runway 8/26 and of Taxiway A,the parallel taxiway. In addition, improvements of the existing runway and taxiway lighting, NAVAIDS and the airport electrical vault are proposed. Scope of Services 1.0 Construction Administration Management 1.1 Prepare Construction Management Program: Associated Engineers will prepare a Construction Management Program(CMP)conforming to the requirements of FAA Advisory Circular 150/5370-12 prior to the start of construction. The CMP shall detail the measures and procedures to be used to comply with the quality control provisions of the Advisory Circular and the construction contract, including,but not limited to,all quality control provisions and tests required by the Federal specifications. 1.2 Assist City Staff in the Pre-construction Meeting: Associated Engineers will provide agenda and meeting minutes for the pre-construction meeting and assist the City Staff regarding questions that may arise concerning construction. 1.3 Review Contract Submittals: Associated Engineers will receive and log equipment and material submittals from the Contractor and will review for contract compliance or forward to the appropriate sub-consultant for review and approval. Submittals will be forwarded to the City when Owner approval is necessary. Submittals will be returned to the Contractor as approved or in the case of rejection,for re-submittal. 1.4 Participate and Chair Construction Progress Meetings: Associated Engineers will chair regularly scheduled construction progress meetinas with the Contractor,City Staff and the Construction Management Team. We anticipate weekly meetings during civil construction and bi-weekly meetings during the finish electrical construction. Associated Engineers will provide meeting agenda and publish minutes. 1.5 Provide Technical Direction: Associated Engineers will provide technical evaluation or direction to the City representative or Contractor personnel of means,methods or other questions regarding the plans and specifications. Field conditions requiring change will be brought to the attention of the Design Engineer and City Representatives. 1.6 Monitor Construction,Document Quantities of Materials and Work Performed : The Contractor construction progress will be monitored to assure satisfactory completion within the contract time limits. Associated Engineers will perform field measurements of work performed for payment verification. Quantities will be tabulated and verified and the Contractor monthly pay requests will be confirmed and approved. Associated Engineers will collect and file all correspondence, submittals and documentation for future disposition. Necessary contract change orders will be prepared by Associated Engineers for approval by the City. 1.7 Construction Staking Performed: Associated Engineers will provide Construction Staking. Line and Grade staking at minimum 50' intervals for rough grade and finished grade of all Runway and Taxiway surfaces to be constructed. Associated Engineers will provide staking for ,,,,NAS-01\5uppodIWe-No�2,004\0"76\Scope&Cc6t-�ec 9,2004AM 2 Associated Engineers Redlands Airport Scope all light fixtures, signs, drainage facilities and striping to be constructed and assist the resident inspector in checking line and grade of constructed surfaces. 1.8 Perform QA material testing and review results: Associated Engineers sub-consultant, RMA Group, will perform Quality Assurance testing as required by FAA Specifications of materials incorporated in the work. Associated Engineers will coordinate the testing and inspection when requested by the Contractor. Associated Engineers will review material test results for compliance with the project specifications. 1.9 Inspect all work to assure compliance with the plans and specifications: Associated Engineers will perform routine inspection of Contractor's work to assure compliance with the project plans and specifications. The inspector will verify use of approved materials and required quantities. Line and grade of sub-grades will be inspected. The inspector will observe and report methods,results, locations of work and manpower utilized. Daily inspection reports documenting the results of these inspections will be prepared and forwarded to the City on a weekly basis. Weekly reports summarizing the work will be prepared and submitted to the FAA on a weekly basis. Copies of these reports will be forwarded to the City representatives. 1.10 Review certified Payrolls: Associated Engineers will receive and review the Contractor's certified payrolls for compliance with the prevailing wage requirements and EEO requirements of the contract. Associated Engineers will perform periodic employee interviews as required by the federal Davis-Bacon guidelines. Payrolls will be reviewed in conjunction with the Contractor's Partial Pay Requests. 1.1 lPrepare Final Inspection Punchlist: Associated Engineers will coordinate the final job walk with the FAA Representative, Contractor,the City representatives and the Design Team. Associated Engineers will collect any comments or deficiencies noted during the job walk and furnish them to the Contractor for correction. Upon completion of these items,or work, they will prepare a final letter to the City and FAA that all work has been completed and recommend filing a Notice of Completion. 1.12 Assemble As-Built Plans: Associated Engineers will assemble as-built plans from the Contractor, sub-Contractor and inspectors notes and process them for completion. The Design Engineer shall draft record plans in digital and hard-copy format and submit the final drawings to the City. 1.13 Prepare Final Engineer's Report: Associated Engineers Design and Construction Management Engineer shall prepare a final report that documents any plan changes,change orders, final construction costs or issues 1.14 Assemble all Inspection Reports: All construction documents, inspection reports Material test reports, equipment instructions, submittals, etc. will be assembled and submitted to the City. �,�NAS-011,suppodIV08-W2004\04-076\Scope&C%1-Dec 9,2WCdoc 3 AGREEMENT TO FURNISH CONTRACT ADMINISTRATION AND RESIDENT ENGINEERING SERVICES FOR THE REHABILITATION OF RUNWAY 8/26 AND PARALLEL TAXIWAY AND TAXIWAY CONNECTORS, AND MARKINGS, AT REDLANDS MUNICIPAL AIRPORT ATTACHMENT B PROJECT SCHEDULE Redlands Municipal Airport - Runway 8/26 and Taxiway A Reconstruction PrgLqct Scope Task Name Week 1 2 3 4 5 6 7 8 9 10 11 12 ja 18-19 20 21 22 23 Duration Notice to Proceed 0 days 1.0 Construction Phase(if required) 90 days Runway closure 21 East Taxiway 7 West Taxiway 14 Electrical 90 1A Prepare a construction management program 5 days 1.2 Pre-Gonstruction Meeting 1 day 1,3 Review contract submittals 5 days 1.4 Participate and chair all construction meetings weekly 1.5 Provide Technical Direction as needed 1.6 Monitor Construction-Verify Field Quantities: daily 1.61 Prepare Partial Pay Estimates monthly 1.7 Provide Construction Staking. 10 days 1.8 Perform QA material testing and review daily 1,9 Inspect all work daily 1.10 Review certified payrolls bi-weekly 1,11 Participate in final Construction Job Walk: 1 day 1,111 Prepare final Inspection Punchlist 1 day IA12 Verify Completion of Punchlist Items 5 days 1.12 Assemble As-Built Plans continuous 1,13 Prepare Final Engineer's Report 10 days 114 Assemble all reports 5 days AGREEMENT TO FURNISH CONTRACT ADMINISTRATION AND RESIDENT ENGINEERING SERVICES FOR THE REHABILITATION OF RUNWAY 8/26 AND PARALLEL TAXIWAY AND TAXIWAY CONNECTORS, AND MARKINGS, AT REDLANDS MUNICIPAL AIRPORT ATTACHEMENT C PROJECT FEE Associated Engineers,Inc. Prime Consultant Redlands Airport Runway 8126 and TfW"A"Reconstruction SCOPE OF WORK-MANPOWER WORKSHEET(AE Job No.04-076cm) ---- ------ ----------------- ---- ------------------ ___Proer aging,_ "I---- "I'l­", !t aq A��Soc[ATIE INEERS RMA --- -- ----- D Dig Description Project Resident Senior Geotech, Totals Inspector Inspector Party Chief Chainman Survey Tech Ciencal Engineer FmId Tech- Clinical C�EN,neer -------- ... $ratethr $rate/hr $rawhr sratethr $rate/hr $ratethr $ratbu $rawv $rawhr Man-hours $ .......... ---------- $14700 $12600 $105,00 Us 00 $11000 $105,00 $90,00 $53.00 $12500 $69-00 SM.00 ------------- Instruction Administration Mana e immnt Prepare a construction managament program to FAA prior to the start of construction which shall detail the measures and procedures to be used to comply with 1.1 the quality control provisions of the construction contract,including,but not limited to,all quality control provisions and tests required by the FAA specifications. 8 8 16 32 $3,864 ...........-­­- 1.2 -AsIsist0ty, Pre ?4 8 ....... _§4jT in the onstructaon xemiig- - ------ Review contract s I a I ba.i.i 1.tt.a-Is 16 16 $1,680 —---------------- amcipate and chair all construction meetings at RedUnds 1.4 Airport(assume weekly traIctings during civil work and bi- 162 $17,392 e n ard 72 72 8 gs'atterix., -­­----------- 1.5 Provide Technical Direction to the City andlor Construction Contractor. 40 40 $,4,200 ............. 1�6 Monitor Construction,Document Quantities oflyfaterials 75 $7,875 and Work Performed 75 ----------- $32,568 1,7 'Provide Construction Staking. 4 12 96 192 .8 Yerfimlo Qj�,Taicirial testingAnq review tesults. 8 12 .......... ------- ............ ........... 1.9 Inspect all work to assure compliance with the plans and 180 $20,180 s 40 100 40 ...... ........ pccificafious� Review certified payrolls and perform employee interviews 110 as required to assure contractor compliance with Federal ,,guidelines. 50, 8 $13,0.110 ------------- - - ---------------- -------- ........... Prepare final Inspection Punchlist and participate in final Construction Job Walk. 4 4 16 4 ------------ 1,12 Assinuble as-built plans from contractors and forward to Design 4 8 ------- ........... , ��Iore ____ ___ __ -_ _ I ---11,11,11----- _113 Final Enjppcer�s gepo 12 $1,344 __P�ejNWC 11-1_ ._ ___...... .......... 1.14 As-serrible all Inspection reports,test rcports�submittals,etc. 12 $1,344 _y andFAA in final formed- 4 8 Total Task 1.0 56 104 441 60 96 192 0 0 0 0 .0. -M $104,0161- ...................---------- —------- -——----_---- .......... . ............. - --- ---- ........... ---- --- .................................... .. .............. ........ 0DVs RMA Lab Test a Fi d Tesh $41,555 ----------------------- 9d ol" ____!!_Q_( " __ ---_- ........... .................. ........ Fee Total= $8,232 $13,104 $47,985 $7,980 $10,560 $20,160 so $0 $01 $0 $0 $0 $149,576 ------------ Assume 90 days Construction schedule. Job Ncl,20D4�0+-076�500FE&FEE WORKSHELT-Gec 9,2004.)ds.xts I n104 AGREEMENT TO FURNISH CONTRACT ADMINISTRATION RESIDENT ENGINEERING SERVICES FOR THE REHABILITATION OF RUNWAY 8/26 AND PARALLEL TAXIWAY AND TAXIWAY CONNECTORS, AND MARKINGS, AT REDLANDS MUNICIPAL AIRPORT ATTACHMENT D RATE SCHEDULE C 0 Associated Enqineers, Inc. _-CONSULTING CIVIL ENGINEERS co 3311 E. SHELBY STREET,ONTAIRO, CA 91764-4872 (909)980-1982 FAX(909)941-0891 REDLANDS MUNICIPAL AIRPORT HOURLY RATES OFFICE TIME Principal Registered Civil Engineer/ CEO $150.00 per hour Principal Registered Civil Engineer $140.00 per hour Principal Licensed Land Surveyor $140.00 per hour Principal Construction Administrator $140.00 per hour Senior Construction Administrator Civil Engineer $120.00 per hour 1. Project Manager 2. Senior $120.00 per hour 3. Associate $105.00 per hour Assistant Engineer $95.00 per hour Junior Engineer $90-00 per hour Utility Coordinator-1 $75.00 per hour Utility Coordinator-2 $90.00 per hour Chief of Surveys $68.00 per hour Licensed Land Surveyor $110.00 per hour Land Survey Technician $105.00 per hour Cadd Technician $85.00 per hour Jr. CADD Technician $75.00 per hour Engineering Aide $40.00 per hour Senior Administrator $50.00 per hour Accounting Coordinator $95.00 per hour Administrative Assistant $50.00 per hour $50.00 per hour LIELD TIME 4-Man Survey Party 3-Man Survey Party $295.00 per hour 2-Man Survey Party $250.00 per hour I-Man Survey Party $192.00 per hour Flagman $140.00 per hour Senior Staff Inspector $50.00 per hour Staff Inspector $90-00 per hour Travel Time — 3-Man Survey Party $75.00 per hour Travel Time — 2-Man Survey Party $105.00 per hour $80.00 per hour PLANNING DESIGNING SURVEYING proup Fee Schedule RMA GROUP SCHEDULE OF FEES Technician Description Rate/cost Soil Technician $65.00 Senior Soil Technician $69.00 Soil Technician - Retesting $69.00 Public Works Inspector $69.00 Public Works Technician $65.00 Public Works Inspector-Asphalt Paving $69.00 Public Works Inspector- Asphalt Plant $65.00 Public Work Inspector- Concrete Paving $69.00 Public Works Inspector- Concrete Plant $65.00 Public Works Inspector- Resident Inspection $85.00 Traffic Control Personnel $58.00 Laboratory Technician - Field Lab $58.00 Laboratory Technican Batch Preparation $58.00 Special Inspector-Reinforced Concrete(ICBO) $69.00 Special Inspector- Pre-Stressed Concrete(ICBO) $69.00 Special Inspector- Concrete Batch Plant $69.00 Concrete Technician (ACI) $65.00 Pick-up &Delivery of Test Specimens $58.00 fl) Reinforcing or Structural Steel $69.00 Special Inspector Fire Proofing(ICBO) $69.00 Special Inspector Epoxy Bolting $69.00 Special Inspector Rooting/Nailing $69.00 Special Inspector Masonry(ICBO) $69.00 Special Inspector- Masonry(DSA) $69.00 Special Inspector- Grout Batch Plant $69.00 Special Inspector- Field Welding(AWS CWI) $69.00 Special Inspector- Shop Welding (AWS CWI) $69.00 Special Inspector- Structural Steel (ICBO) $69.00 Special Inspector- High Strength Bolting(ICBO) $69.00 Special Inspector- Timber $69.00 VRJMA GrOUP Fee Schedule Technician (cont.) Description Rate/Cost Ultrasonic Testing- Level 11 Technician $85.00 Ultrasonic Testing- Level III Technician $95.00 Magnetic Particle Technician- Level 11 $85.00 Liquid Penetrants Technician- Level 11 $75.00 Special Inspector - Radiographic Testing $0.00 Anchor Pull Tests $80.00 Bolt Torque Tests $80.00 Project Inspector(IOR) $85.00 Asphalt Coring $80.00 Concrete Coring $80.00 Horizontal Wall Coring $85.00 Assistant Wall Coring $58.00 Coring Bit Wear(per inch) $2.00 Supervising Soil Technician $85.00 Supervising-Public Works $85.00 Supervising - Special Inspection $85.00 Quality Control Manager $85.00 Per Diem $65.00 Shift Differential $2.00 WR A Fee Schedule Lab Aggregates Description Rate/Cost Abrasion by Los Angeles Rattler $150.00 Cleanness Value-Fine or Coarse $125.00 Deleterious Substance Determination $100.00 Dry Rodded Unit Weight $85.00 Durability Index - Fine & Coarse $225.00 Durability Test - Coarse $150.00 Durability Test- Fine $100.00 Fineness Modulus $80.00 Flat and Elongated Pieces - (per size fraction) $125.00 Fractured Faces - (per size fraction) $35.00 Light Weight Particles $200.00 Moisture Content $20.00 Organic Impurities $65.00 Percent Clay in Sands by Hydrometer $90.00 Percentage Crushed Particles $125.00 Potential Reactivity - Chemical Method $350.00 Sand Equivalent $85.00 Sieve Analysis-Fine & Coarse Aggregates $110.00 Sieve Analysis-Fine Aggregates (passing No. 4) $95.00 Sieve Analysis-Coarse Aggregates (Retained on No 4) $65.00 Soundness by Sodium Sulfate-(Coarse Series) $255.00 Soundness by Sodium Sulfate (Fine Series) $330.00 Specific Gravity&Absorption of Coarse Aggregate $30.00 Apparent Specific Gravity of Fine Aggregate $40.00 Specific Gravity& Absorption of Fine Aggregate $40.00 Fine Aggregate Angularity(T304) $65.00 VAIPAWA �P� APAW _AM AWMAMOFOUP Fee Schedule Lab Asphalt Description Rate/Cost Film Stripping $95.00 Kc Factor $65.00 Kf Factor $85.00 Moisture Vapor Susceptibility $200.00 Swell Potential (CAL 305) $165.00 Bulk Specific Gravity Per Specimen (ASTM Saturated Surface Dry) $40.00 Bulk Specific Gravity(ASTM Saturated Surface Dry Cores) $40.00 Bulk Specific Gravity Per Specimen (ASTM Parafihn Coated) $45.00 Bulk Specific Gravity(ASTM Parafilm Coated Cores) $45.00 Bulk Specific Gravity(CTM 308 Method A) $45.00 Bulk Specific Gravity(CTM 308 Method A Cores) $45.00 Bulk Specific Gravity (CTM 308 Method C) $40.00 Bulk Specific Gravity(CTM 308 Method C Cores) $40�00 Field Test Maximum Density(CAL 375) $95.00 Lab Test Maximum Density(CAL 375) $165.00 Lab Test Maximum Density- Hveem Method $165.00 Lab Test Maximum Density- Marshall Method $165.00 Theoretical Maximum Specific Gravity- Rice $150.00 Marshall Stability and Flow - lab compacted $280.00 Marshall Stability and Flow - field compacted $190.00 Hveem Stability(CTM 366) $195.00 Hveem, Stability(ASTM D 1560) $195.00 Moisture Content of Mix (CAL 370) $25�00 Moisture Content of Mix (CAL 3 10) $185.00 Tensile Strength Ratio (AASHTO T283) $550.00 Surface Abrasion Test (CAL 360) $450.00 Extraction - Percent Asphalt by Ignition Oven $100.00 Extraction - Percent Asphalt by Ignition Oven - Calibration $250.00 Extraction - Percent Asphalt by Solvents (Vacuum) $125.00 Extraction - Percent Asphalt by Solvents (Centrifuge) $125.00 Gradation of Extracted Aggregate $110.00 Percent Voids (CAL 367) $125.00 Percent Resdue by Evaporation (ASTM D244) $100.00 Emulsion Sieve Test (ASTM D244) $7 5.00 Wet Tract Abrasion (ASTM D3 9 10) $IKOO VRW�A Fee Schedule Lab Concrete Description Rate/Cost Mix Design Review- Calculation Only $175.00 Concrete Cylinder Cured and/or Compression Tested $18.00 Compression Test Cores-8" maximum diameter(including trimming $50.00 Insulating Concrete Cylinders - Compression Test $25.00 Insulating Concrete Cylinders - Constant Weight $25.00 Flexural Strength-Concrete Beams $85.00 Gunite Compression Tests $20.00 Shotcrete Compression Tests $20.00 Concrete Modulus of Elasticity $150.00 Concrete Shrinkage Test(set of 3) $165.00 Cement Content of Hardened Concrete $1,100.00 Splitting Tensile Test $65.00 Unit Weight of Cylinders $45.00 Air Content CAL 504 $60.00 Ball Penetra Aion CAL 5')3 $60.00 Slab Moisture Test $16.00 Side to Side Crush (CCTI T-108) $6.00 Water Retention of Liquid Curing Compound - CTM 534 $375.00 Length of Drilled Cores CTNI 531 $30.00 Surface Abrasion of Concrete(CT 550) $400.00 Density of Spray Applied Fire Proofing $40.00 VRMA OFOUP Fee Schedule Lab Masonry Description Rate/Cost Block Compressive Strength Test(set of 3) $75.00 Block, as Received Moisture & Absorption (set of 3) $50.00 Block, Lineal Shrinkage ASTM C426 (set of 3) $50.00 Block, Unit Weight and Dimensions (set of 3) $150.00 Block, Conformance to ASTM C90 (set of 9) $300.00 Brick, Compression(set of 3) $45.00 Brick, as received Moisture &Absorption (set of 3) $70.00 Brick, 5 hr Boil $55.00 Brick, Modulus of Rupture $55.00 Mortar Compression Test (2" x 4" Cylinder) $25.00 Grout Compression Test (3" x 6" Prism) $25.00 Masonry Cores, Compression- 8" max. diameter $35.00 Masonry Cores, Shear- 8" max. diameter $45.00 Tensile Test- CNIA Method $60.00 Masonry Assemblage Compressive Strength 8" Block $55.00 Masonry Assemblage Compressive Strength 12" Block $75.00 Masonry Assemblage Compressive Strength 16" Block $95.00 Trimming of Test Specimens $30.00 Cube Compression Test 2x2x2 $16.00 Roof Tile Conformance(set of 10) $275.00 Mortar Strength of PCC Sand- CTM 515 $800.00 WRM�A Fee Schedule Lab Steel Description Rate/Cost Tension & Bend - Rebar(No. 8 or smaller) $50.00 Tension & Bend- Rebar (No. 11) $60.00 Tension & Bend - Rebar(No. 14) $80.00 Chemical Analysis $250.00 Tension - Rebar only $20.00 Bend-Rebar only $35.00 Tension Test- Structural Steel $65.00 Bend Test - Structural Steel $35.00 Machine Coupons for Structural Steel Chemical Analysis $250.00 RMA VrOUP Fee Schedule Lab Soil Description Rate/Cost Atterberg Limits $65.00 California Bearing Ratio $350.00 Consolidation (no time rate) $120.00 Consolidation (with time rates) $150.00 Direct Shear $95.00 Expansion Index (UBC Standard 29-2) $95.00 Falling Head Permeability of Soil $100.00 Collapse Potential $90.00 Hydrometer Analysis $80.00 Lab Density Determinations by Drive Tube $15.00 Lab Moisture Determinations $8.00 Matric Suction - Filter Paper Method $65.00 Maximum Density- Optimum Moisture (ASTM D1557) $125�00 Calif Impact Max Density(CAL 216) $140.00 Percent Organic Materials $15.00 pH &Resistivity of Soils Saturated Paste $35.00 R-Valuc $225.00 Oversized Rock Correction $25.00 Sand Equivalent $50.00 Check Point- Maximum Density Optimum Moisture (ASTM D1557) Sieve Analysis of Soils $110.00 Percent Finer Than No. 200- Wash Only $25.00 Soluble Sulfate $45.00 Specific Gravity of Soils $75.00 Consolidation / Swell Potential $175.00 Unconfined Compression Test $90.00 ESP - Sodium Exchange Potential $45.00 Soil Cement(set of 3) $580.00 Shrinkage factor by Resin $120.00 Soil Cement Maximum Density- Optimum Moisture (ASTM D558) $140.00 Soil Cement Laboratory Specimen Preparation D559 $35.00 Soil Cement Compression Test D1633 $20.00 Chloride Content (CTM 4.212) $30.00 VAEPANAE ACM AWWWWWOM gr-oup Fee Schedule Office Description Rate/Cost Administrative $30.00 Secretarial $30.00 Data Entry $25.00 Report Copies $5.00 Geotechnical. Report Copies $25.00 Additional Report Copies per page $0.50 Mail Expenses $0.00 Principal Engineer- Office $145.00 Principal Engineer- Field $145.00 Principal Engineer- Consultation $145.00 Principal Engineer- Job Conference $145.00 Principal Engineer- Expert Witness $250.00 Principal Engineer- Court Appearance $300.00 Project Engineer- Office $105.00 Project Engineer- Field $105.00 Project Engineer- Consultation $105.00 Project Engineer- Job Conference $105.00 Staff Engineer- Office $85.00 Staff Engineer- Field $85.00 Drafting $50.00 Fault Search $100.00 Response Spectra $300.00 Plan Copies (per sheet) $2.00 Plan Copies oversized (per sheet) $5.00 Project Manager- Office $105.00 Project Manager- Field $105.00 Project Manager- Job Conference $105.00 ACPZA MrIk MFVNAM gno�vp FeeSchedule Office (cont.) Description Rate/Cost Principal Geologist - Office $125.00 Principal Geologist - Field $125.00 Principal Geologist - Consultation $125.00 Principal Geologist - Job Conference $125.00 Principal Geologist - Expert Witness $150.00 Principal Geologist - Court Appearance $250.00 Project Geologist- Office $95.00 Project Geologist - Field $95.00 Project Geologist- Consultation $95.00 Project Geologist- Job Conference $95.00 Staff Geologist - Office $70.00 Staff Geologist - Field $70.00