Loading...
HomeMy WebLinkAbout001027 Original Contract City of Port Angeles Record # 001027 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND Robinson-Noble copy Professional Services Agreement RELATING TO: 2015 Hydrogeologic Services Feasibility Study THIS AGREEMENT is made and entered into, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of Washington, (hereinafter called the "CITY") and Robinson-Noble (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires engineering and consulting assistance related to 2015 Hydrogeologic Services Feasibility Study; and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the Scope of Services, and WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants, and agreements set forth below, the parties hereto agree as follows: I SCOPE OF SERVICES General Scope. The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S services, and if they do not meet the Professional Standard of Care the CONSULTANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements\2015 Hydrogeologic Services\05 Consultant Agreements\2015 Hydrogeologic Service Feasibility Study.docx Page 1 of 8 c 3 Section XII of this Agreement. Any changes made necessary due to causes outside the CONSULTANT'S reasonable control shall be provided as an extra work herein. The CONSULTANT agrees that all services performed under this Agreement shall be in accordance"with the standards of the engineering profession for similar services on � similar projects of like size and nature and in compliance with applicable federal, state and local laws. The Scope of Services may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, digital photos, or other presentations of the work, with the exception of those standard details and specifications regularly used by the CONSULTANT in its normal course of business, shall upon payment of all amounts rightfully owed by the CITY to the CONSULTANT herein become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration of the documents, by the CITY or by others acting through or on behalf of the CITY, will be at the CITY's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this agreement by both parties and written direction to proceed from the CITY. The duration of the Agreement shall extend through December 31, 2016. The work shall be completed in accordance with the schedule set forth in the attached Exhibit D. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on full burdened hourly rates plus CONSULTANT'S direct reimbursable costs as set forth in the attached Exhibit C. i B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non-salary direct costs, subconsultants, and outside services; shall indicate the specific task or activity in the Scope of Service to which 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements\2015 Hydrogeologic Services\05 Consultant Agreements\2015 Hydrogeologic Service Feasibility Study.docx Page 2 of 8 the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULTANT will be made after the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as agreed to by the parties in writing. VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation and reimbursement under this Agreement, including labor, direct non- salary reimbursable costs, subconsultant costs and outside services, shall not exceed the maximum sum of $24,810. The budget for each task is as set froth in the attached Exhibit B. Budgets for task(s) may be modified upon mutual written agreement between the two parties, but in any event, the total payment to CONSULTANT shall not exceed $24,810. VII INDEPENDENT CONTRACTOR STATUS The relation created by this Agreement is that of owner-independent contractor. The CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by the CITY to its employees. The CONSULTANT, as an independent contractor, has the authority to control and direct the performance within the Scope of Services. The CONSULTANT shall assume full responsibility for payment of all Federal, State, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, Social Security, and income tax. VIII EMPLOYMENT Employees of the CONSULTANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULTANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements\2015 Hydrogeologic Services\05 Consultant Agreements\2015 Hydrogeologic Service Feasibility Study.docx Page 3 of 8 CITY employee without the CITY's written consent. IX NONDISCRIMINATION The CONSULTANT shall conduct its business in a manner which assures fair, equal and non-discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. X SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential sub-consultant or supplier shall be notified by the CONSULTANT of CONSULTANT's obligations under this Agreement, including the nondiscrimination requirements. XI CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the Scope of Services. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XII EXTRA WORK The CITY may desire to have the CONSULTANT perform work or render services in connection with this Agreement, in addition to the Scope of Services set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements12015 Hydrogeologic Services105 Consultant Agreements12015 Hydrogeologic Service Feasibility Study.docx Page 4 of 8 XIII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the CONSULTANT's designated representative at the address provided by the CONSULTANT. As a condition precedent to termination for cause the CONSULTANT shall be given the notice period to cure such cause and shall have failed to so cure. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the work completed. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIV INDEMNIFICATION/HOLD HARMLESS CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries and damages caused by the sole negligence of the CITY. The CITY agrees to defend and indemnify the CONSULTANT from any claims, damages, losses, and costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULTANT and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of I either, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements12015 Hydrogeologic Services105 Consultant Agreements\2015 Hydrogeologic Service Feasibility Study.docx Page 5 of 8 under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. XV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees or subcontractors. No Limitation. CONSULTANT'S maintenance of insurance as required by the agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance CONSULTANT shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage; and, 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury. The CITY shall be named as an insured under the CONSULTANT's Commercial General Liability insurance policy with respect to the work performed for the CITY; and, 3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State of Washington; and 4. Professional Liability insurance appropriate to the CONSULTANT's profession. B. Minimum Amounts of Insurance CONSULTANT shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements\2015 Hydrogeologic Services\05 Consultant Agreements\2015 Hydrogeologic Service Feasibility Study.docx Page 6 of 8 i 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: 1. The CONSULTANT's insurance coverage shall be primary insurance as respect the CITY. Any insurance, self-insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANT's insurance and shall not contribute with it. 2. The CONSULTANT shall provide CITY and all Additional Insureds with written notice of any policy cancellation within two (2) business days of their receipt of such notice. 3. Any payment of deductible or self-insured retention shall be the sole responsibility of the CONSULTANT. 4. The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL E. Verification of Coverage CONSULTANT shall furnish the CITY with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the CONSULTANT before commencement of the work. XVI APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements\2015 Hydrogeologic Services\05 Consultant Agreements\2015 Hydrogeologic Service Feasibility Study.docx Page 7 of 8 Y S XVII SIGNATURES This Agreement, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. XVIII ATTACHMENTS Exhibit A - Scope of Services Exhibit B - Budget Exhibit C - Fee Schedule Exhibit D - Schedule IN WITNESS WHEREOF, the parties hereto have executed this Agreement as the day of the last signature below. CITY OF PORT ANGELES ROBINSON-NOBLE Z14 ' Dan McKeen, ity Manager . TITLE DATE: DATE: 5 ATTEST: 1�car;u�rn.rJn'ne 6a.(4,-( U d--� CAt,'--k_ APP OVED AS TO FORM: William E. Bloor, City At of n - 2015 Hydrogeologic Services Feasibility Study NAProfessional Services Agreements\2015 Hydrogeologic Services\05 Consultant Agreements\2015 Hydrogeologic Service Feasibility Study.docx Page 8 of 8 2015 Hydrogeologic Services Feasibility Study EXHIBIT A Scope of Services The City of Port Angeles is interested in the possibility of developing new groundwater sources to supplement the City's current surface water sources from the Elwha River. The ultimate goal of the project is to lessen the City's demand on its Elwha River surface water source and, hope- fully, preserve the fish habitat of the river. The City has asked that Robinson Noble provide a groundwater source feasibility assessment to define the possibility of producing groundwater from one or more wells within or in proximity to the City limits. Initial efforts will involve the acquisition and review of information available from published reports and agency files.This information will be the basis for describing the hydrogeologic set- tings of the study area and identifying specific groundwater regimes within the greater Port An- geles area. Within that context, Robinson Noble will define the groundwater source options to the degree that can be done with existing data and will identify areas where future test drilling is necessary to pursue possible source options. If we identify one or more areas with a reasona- ble expectation of success in developing a new source well,we will provide a preliminary as- sessment of the water right situation to identify possible complicating aspects in the proposed groundwater withdrawal. Once the areas of interest are defined and the possibility of a groundwater source has been es- tablished,the preliminary findings will be discussed in a working meeting with City staff that will give direction to the remainder of the study.The effort will culminate with a report of find- ings that will be presented to staff as a draft document, revised to incorporate input from the City and ultimately presented to the City council in either a workshop or a Council meeting. This contract may be modified upon mutual written agreement between the two parties to add additional services related to development of a well site. These services may include, but are not limited to, engineering services to design and develop technical specifications and drawings to be incorporated into contract documents for use in the bidding process, technical support administering a test drilling program, and engineering construction support. The scope of the study is discussed in more detail as five proposed tasks: Task 1: Compile and review existing data Research will be accomplished to acquire and review pertinent geologic/hyd rogeo logic maps and studies of the United States Geological Survey (USGS), the Washington Department of Ecology (Ecology) and Department of Natural Resources (DNR). We will also access those re- ports and other work products from Robinson Noble files and those available from other con- sulting work within the study area. In addition, we will review the information provided directly by the City. The data files of Ecology will be accessed to locate Water Well Reports, water right documents and other data sets as appropriate to the study.The findings of the Washington De- partment of Fish and Wildlife will be searched for maps and documents that define the fisheries status of the surface water features within the study area.The materials acquired during this task will be converted to maps and tables as needed to definition of the hydrogeologic setting (Task 2) and groundwater resource potential (Task 3). Task 2: Create a conceptual hydrogeologic model and identify groundwater regimes The maps, tables and descriptions will be assembled into a coherent description of the physical setting and analyzed as to the implications to water resources of the area.The task will identify the components of the hydrogeology of the study area and organize the findings into a concep- tual model that describes the presence and movement of water within the study area.The con- ceptual model will be presented as a cross-section diagram that shows the components of the water cycle as expressed through the geology of the Port Angeles area. From the conceptual model and the data review,we will subdivide the study area into general groundwater regimes (e.g. exposed bedrock, thin unconsolidated deposits over bedrock,thick- er depositional wedges, and river basins)as appropriate. These will roughly correspond to loca- tions of increasing water resource potential. Task 3: Define and rank the groundwater production potential of the various groundwater regimes identified in Task 2 We will further characterize the groundwater regimes defined in Task 2 to define their possible production potential and identify areas where a new source could be added.This will include reviewing the site for logistical and construction issues, financial considerations, and water rights constraints. We will then rank the selected areas according to the overall applicability for developing new groundwater sources. This effort will be preliminary and provide only a plan- ning-level ranking, but is intended to be a starting point for future decision-making by the City. Currently, we expect that we will conduct a field reconnaissance of the identified areas in order to verify our assumptions and conclusions.The candidate options will be presented in a table that provides the specific technical aspects of each qualifying option. Task 4: Meet with the City to discuss preliminary findings The findings of the study will be organized for preliminary discussion with City staff.The discus- sion will summarize our findings and provide guidance in assessing possible well locations, and likely drilling methods.The meeting is intended as opportunity for the group to identify goals and strategies that should be incorporated into the final report of findings. Based on the discus- sion,we will refine our findings in preparation for the final report under Task 5 and develop planning-level costs estimates for any sites selected for final consideration. Task 5: Prepare and present a report of findings The efforts of Task 4 will be formalized as a Report of Findings submitted to the City after final review by staff.The report will provide a summary description of the information used and the methods applied. It will describe the hydrogeologic setting, our conceptual model,the ground- water regimes and the selected areas of potential exploration.The report will also include rec- ommendations and discuss each groundwater option and the efforts that will be needed to demonstrate the viability of the groundwater source. At the conclusion of the study, we will present our findings to the City Council as desired by the City. This may be as a workshop for the Council or as part of a City Council meeting. In the past we have found that a workshop environment is more conducive to open discussion of technical issues. The report will be provided as an Acrobat Adobe file and up to 10 hard copies of the re- port will be provided to the City prior to the presentation to the Council. 2015 Hydrogeologic Services Feasibility Study EXHIBIT B Budget Estimated Labor Costs Total Estimated Estimated Labor Task Hours Cost TASK 1:Compile existing data 24.0 $2,396.50 TASK 2:conceptual model &identify GW regimes 36.5 $4,043.50 TASK 3: GW production potential &ranking 45.0 $5,914.00 TASK 4: Strategy meeting w/City 30.0 $4,397.50 TASK 5: Draft and final report of findings 61.0 $7,618.60 Labor Totals 196.5 $24,370.10 Estimated Direct Costs General Office Supplies -- $30.00 Insurance Fees/Miscellaneous Costs $0.00 Travel Mileage $0.62 645 $399.90 Digital Camera(per day) $70.00 1 $10.00 Direct Cost Subtotal $439.90 Handling Fee $0.00 Total Direct Costs $439.90 Estimated Subcontract Advancement/Reimbursements F --T Advancements/Reimbtirsements for Subcontractors $0.00 Handling Fee $0.00 Total Subcontracted Costs $0.00 Total Estimated Project Costs $24,810.00 See Attached Fee Schedule 2015 Hydrogeologic Services Feasibility Study EXHIBIT C Fee Schedule General Fee Schedule January 2015 Professional Positions Fee per Hour Principal Engineer, Hydrogeologist or Environmental Scientist $175 Associate Engineer, Hydrogeologist or Environmental Scientist $160 Senior Engineer, Hydrogeologist or Environmental Scientist $135 Senior Project Engineer, Hydrogeologist or Environmental Scientist $117 Project Engineer, Hydrogeologist or Environmental Scientist $105 Staff Engineer, Hydrogeologist or Environmental Scientist $95 Senior Field Staff $86 Field Staff $69 Legal Support/Expert Witness Services/Testimony 150% of above rates Support Positions Senior GIS/CAD Specialist $91 Senior Technician $91 Senior Administrator $80 GIS/CAD Specialist $80 Technician $80 Administrator $69 Clerical Support $69 Other Fees and Costs Subcontracts/ Professional services 15% Management Fee Outside laboratory services 15% Construction subcontracts 15% Other Costs Travel (auto) $0.62/mile Travel (other) Cost+10% Per diem Prevailing State rate +10% Other direct expenses Cost +10% Field and laboratory testing/equipment rental See following pages f This fee schedule is subject to change according to contractor Professional Services Agreement conditions. Robinson Noble, Inc, rates effective January 2015 1 Hydrogeologic Equipment Rental Schedule January 2015 Equipment Unit Rate Water Level Transducer and Data Logger Per day $25 Field Laptop Computer Per day $40 Electric Water Level Sounder(s) 0 to 300 ft Flat fee per project $30 over 300 ft Flat fee per project $60 DC Submersible Purge Pump (Single Stage) Per pump List price + 10% DC Submersible Purge Pump (Dual Stage) Per pump List price+ 10% Double-Ring Infiltrometer Per day $50 Schonstedt Gradient Magnetometer Per day $75 Geonics EM-61 Metal Detector Per day $500 Downhole Gamma/Resistivity/Temperature Logging Equipment Per day $500 Downhole Caliper Logging Equipment Per day $350 Draw Works Per day $600 Mechanical Sieve Sample Equipment Flat fee per well $50 2-inch Gasoline-powered Centrifugal Pump (includes hoses) Per day $55 2-inch Submersible Pump+Controller Per day $180 Generator Per day $70 Survey Gear(laser level & rod) Per day $85 FiowTracker Acoustic Doppler Velocimeter Per day $200 Stream Gaging Equipment GPS Per day $22.50 Other Equipment Negotiated Negotiated Digital Camera Per day $10 This fee schedule is subject to change according to contract or Professional Services Agreement conditions. Robinson Noble, Inc. rates effective January 2015 b s Environmental Equipment Rental and Consumable Schedule January 2015 E uipment Unit Rate Water Level Transducer and Data Logger Per day $100 Field Laptop Computer Per day $50 Electronic Water Level Sounder Per day $30 Electronic Interface Probe Per day $75 DC Operated Peristaltic Pump Per day $45 2-inch Gasoline-powered Centrifugal Pump Per day $100 2-inch Submersible Pump+Controller Per day $350 Generator Per day $100 Low-Flow Bladder Pump Per day $175 Photoionization Detector Per day $75 Combustible Gas Indicator Per day $65 Water Quality Meter Per day $200 Teflon Water Bailer Per day $30 Soil Sampling Equipment(manual) Per day $25 Mechanical Sieve Sample Equipment Flat fee per project $25 Survey Gear(laser level &rod) Per day $85 Soil Vapor Extraction System Per month $750 Digital Camera Per day $10 Other Equipment Negotiated Negotiated Consumable Items: Polyethylene Purge/Sampling Tubing Each 10 feet $2.50 DC Submersible Purge Pump (Single stage) Per pump List price+ 10% DC Submersible Purge Pump (Dual Stage) Per pump List price + 10% Silicone Peristaltic Pump Head Tubing Each foot $4.00 Bladders for Low-Flow Bladder Pump Each $5.00 I Water Sample Bailer Each $10 Bailer Hope/String Each 10 feet $1.00 Personal Protection Equipment Per day per person $50 This fee schedule is subject to change according to contract or Professional Services Agreement conditions. Robinson Noble, Inc. rates effective January 2015 Geotechnical Field and Laboratory Testing Schedule January 2015 Terms Fee Portable Nuclear Density Gauge Per Hour $5.00 Slope Inclinometer Per day $250 Direct Shear Point $200 Moisture-Density Relationship Curves: Each 1 pt$120 Each Multiple pts$200 Sieve Analyses(Gradations-Wet Sieve) Each $150 Hydrometer Analysis Each $175 Falling Head Permeability Each $165 Atterberg Limits Each $100 (Liquid Limit or Plastic Limit) Moisture Content Each $10 Dynamic Cone Penetrometer Day $225 Points Each $20 Resistivity 4-point Gauge Day $300 Consolidation Test Incremental Loading $550 (9 loads,0.125 TSF to 32 TSF,4 unloads) $50/each additional load Shelby Tube Extrusion/Sample Description $40 This fee schedule is subject to change according to contract or Professional Services Agreement conditions. i I Robinson Noble, Inc, rates effective January 201'5 2015 Hydrogeologic Services Feasibility Study EXHIBIT D Schedule This schedule is based on contract execution by August 14, 2015 and a start date of August 27, 2015.The consultant may start any time after the contract is fully executed. Target Completion Final Completion Task 1 August 31,2015 September 1,2015 Task 2 September 6,2015 September 10, 2015 Task 3 September 14,2015 September 20, 2015 Task 4 September 19,2015 September 27, 2015 Task 5 September 29,2015 October 11, 2015 City Review(Final Report) October 6,2015 October 20, 2015 Council Workshop October 6, 2015* October 20,2015* *October 6, 2015 is a target date for presenting to City Council.The Consultant shall be prepared to present their findings to Council no later than October 20, 2015. i