2012/09/25 City Council Resolution 2012-112RESOLUTION NO. 2011-112
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
AUTHORIZING AND APPROVING TASK ORDER 2012 -01 WITH BRELJE & RACE
FOR DESIGN, CONSTRUCTION MANAGEMENT AND INSPECTION OF TANK 2
INTERIOR AND EXTERIOR RECOATING PROJECT NO. 2012-11
WHEREAS, the City of Rohnert Park Municipal Code Title 3 Chapter 3.04 provides that
the city's purchasing functions shall be governed by the city's purchasing policy; and
WHEREAS, consistent with City of Rohnert Park Purchasing Policy Section 3.6.61),
staff set forth to identify a qualified consultant /design team that can assist the City with the
design, construction management and inspection of the Project; and
WHEREAS, the City staff chose Brelje & Race for an award of contract due to their
experience and expertise in this particular type of work as demonstrated in the selection process;
and
WHEREAS, the City Council approved a Master Agreement with Brelje & Race
through Resolution No. 2011 -13 adopted on February 22, 2011, to provide construction
management and design services on an as- needed basis; and
WHEREAS, Brelje & Race have specialized expertise and equipment for the design,
construction management and inspection of the Project and provided a proposal for the same.
NOW, THEREFORE BE IT RESOLVED that the City Council of the City of
Rohnert Park authorizes and approves a Task Order by and between Brelje & Race and the City
of Rohnert Park, a municipal corporation, for design, construction management and related
services for the Tank 2 Interior and Exterior Recoating Project No. 2012 -11, for a not -to- exceed
cost of $122,900.
BE IT FURTHER RESOLVED that the City Manager is hereby authorized and
directed to execute this agreement in substantially similar form as shown in Exhibit A, as
approved by the City Attorney, on behalf of the City of Rohnert Park.
DULY AND REGULARLY ADOPTED this 25 day of September, 2012.
ATTEST:
/
1
d y Cle 9
CITY OF ROHNERT P
QollN
Mayor
�s
AHANOTU: MC BELFORTE: N E CALLINAN: PHE STAFFORD: Aj?%N) -' MACKENZIE: 4W
AYES: ( 4 ) NOES: ( p ) ABSENT: ( 1 ) ABSTAIN: ( 0 )
BRELJE & RACE TASK ORDER NO. 2012-01
CITY OF ROHNERT PARK
AND
BRELJE & RACE
AUTHORIZATION TO PROVIDE DESIGN; CONSTRUCTION MANAGEMF,NT AND INSPECTION
SERVICES FOR THE WATER TANK 2 INTERIOR AND EXTERIOR RECOATING
PROJECT NO. 2012-11
SECTION 1 — PURPOSE
The purpose of this Task Order is to authorize and direct 13RELJE & RACE to proceed with the work
specified in Section 2 below in accordance with the provisions of the MASTER AGREEMENT between
the City of Rohnert Park ( "City ") and BRELJE & RACE ( "Consultant ") hereto dated February 25,
2011.
SECTION 2 — SCOPE OF WORK
'The items authorized by this Task Order are presented in Attachment "A" - Scope of Services.
SECTION 3 — COMPENSATION AND PAYMENT
Compensation shall be as provided in the MASTER AGREEMENT between the parties Hereto referenced
in SECTION l above. The total cost for services as set forth in SECTION 2 shall be actual costs (time
and materials) based on C011sultantS' standard labor charges in accordance with the provisions of the
MASTER AGREEMENT and as shown in Attachment "B" for an amount not -to- exceed $122,900.00.
SEC'T'ION 4 — TIME OF PERFORMANCE
The work described in SECTION 2 shall be completed by July 1, 2013, or as extended by the City
Manager.
SECTION 5 —ITEMS AND CONDITIONS
All items and conditions contained in the MASTER AGREEMENT for professional services between
City and Consultant are incorporated by reference.
Approved this 25`x' day of September, 2012.
CITY OF ROHNERT PARK 13RELJE & RACE
Gabriel A. Gonzalez, City Manager (Date)
Per Resolution No. 2012 - _adopted by the Rohnert
Park City Council at its meeting of September 25, 2012.
By: Name and Title (Date)
131ZEUE & RACE
By: Name and Title (Date)
Attachment "A"
�• & dace Page I of 6
--COW
01(- F�i;:rertits
PROPOSAL
DESIGN & CONSTRUCTION MANAGEMENT SERVICES
for
CITY OF ROHNERT PARK
WATER STORAGE TANK NO. 2 INTERIOR & EXTERIOR RECOATING
Project Number 2012 - 11
September 7, 2012
I3relje & Race is pleased to offer for your consideration this proposal for performing preliminary
design, final design and construction management services for the interior and exterior recoating of
the City's Water Storage Tank No. 2 and appurtenant facilities located on the same property
Project Understanding
The project consists primarily of recoating the interior and exterior of the City's wager storage tank
nunber 2, located at the corner of Seed Farm and Southwest Iioulevard. `]'his tank is unique in that
it has been constructed of Corten steel and is not currently coated on the outside_ Corten is a high
carbon, alloy steel meant to corrode quickly and uniformly over the entire exposed surface. The
oxidized layers act similarly to a coating by protecting the remainder of the underlying steel. The
steel's chief advantage is that it has low maintenance costs since it never requires coating or
recoating. However, in this case, having no coating has been problematic, as there has been no
satisfactory method of hiding graffiti and other blemishes that have occurred over the years of
service. The interior coatings were also recently discovered to be in very poor condition, prompting
the complete recoating of the entire tank.
The City's Well No. q is located adjacent to the tank on the same property. The well includes some
above ground piping, controls and a hydro - pneumatic pressure tank. The hydro- pneumatic tank is
to be cleaned and recoated, and the other facilities are also to be over - coated, or recoated with this
project as necessary.
Research to determine the most cost effective strategy for coating the Corten tank will be
performed as part of the services provided. Other potential improvements necessary to bring the
tank up to current standards will also be evaluated. Recommendations based on the results of the
research and site investigations will be provided to the City for consideration in the form of a pre -
design technical memorandum. Follo-\.�ang City review and input, preparation of construction
documents will commence.
Additional services desired by the City include bidding assistance and construction
management /inspection.
Scope of Services
Based on our understanding of the project, the scope of services to be performed by I3teljc & Race
will include the following tasks:
475 Aviation Blvd., Suite 120 - Santa Rosa, CA 95403 • v: 707- 578 -1322
www:brce.com
Attachment "A"
Page 2 of 6
TASK 1— Preliminaty Design
1.1 Initial Project Meeting
An initial project meeting will be held to review project scope, City Project goals, establish
communication protocols and to adjust the project schedule as necessary. The meeting will discuss
additional fiscal and strategic planning that may need to occur, whether 01' not an\' structural repairs,
safety upgrades or seismic modifications will be required or are otherlvise desired by City operations
staff. Tlie meeting will conclude with a visit to the project site with City staff. It is anticipated that
there will also be numerous phone communications between the project team and City staff
members as the project gets undeiAvay.
1.2 Assemble Available Site Information
Record Dramving information, recent improvements, photos, etc. and any test results for interior:
coatings will be assembled.
1.3 Conduct Site Visit
I..xisting tank conditions will be noted. Significant changes to Record Dra -vings will be determined.
Site access and conditions -will be reviewed and noted. A photo log will be developed. Non-
standard tank appurtenances and missing items will be noted along with recommended
improvements for inclusion in the subsequent technical memorandum.
1.4 Submit Documentation for Environmental Permitting
Requirements for a Categorical .Exemption within Cl QA will be reviewed with the likely
determination that the exemption for the tank recoat:ing project would be the appropriate CF:Q<1
procedure to follow. The exemption documents would be prepared and filed for recording with the
Sonoma County Recorder.
1.5 Research Cotten Steel Surface Preparation and Coating System Options
Cotten ,steel is generally not coated; however, the existing interior was coated originally therefore we
know this type of steel can be coated successfully. Research to determine exactly what would be
suitable will be performed in order to determine the available options and to make a
recommendation regarding the preferred coating system specifications. The results of this research
will be included in the technical memorandum.
1.6 Issue Technical Memorandum
The technical memorandum for the painting system evaluation -will include recon-irrlend'ations for
painting Tank 2 and the other site appurtenances. I.nvironinental and neighborhood considerations
said Potential mitigations Will be included in the discussion. 'r he mcrno will present the capital costs
and discuss costs /benefits of the various options identified, if multiple options are determined to be
available.
TASK 2 — Preparation of Contract Documents (Drawings and Specifications)
2.1 Preliminaty Design Review Meeting with City
After: submission and review of the painting system technical memorandum, Brelje & Race and City
staff will meet to review and concur on the recommended design approach. A confirming letter will
be written to the City noting the concluded upon design parameters and project approach prior to
embarking on the detailed design.
2.2 Develop Base Drawings of Existing Conditions
Attachment "A"
Page 3 of 6
Base dra,.anngs will be developed from Record Drawing information, site reconnaissance, photos
and Other recent project drawings. (Note that B &R already has a basic site plan for Tank Site 2.
Only minor nxxlifications /additions should be necessary.) Task hours for topographic surveying are
not included due to the existing resources available. Brelje & Race does have in -House survey
capability it minor additional surveying is required.
2.3 -2.5 Plans, Specifications and Engineer's Estimate (PS &E)
Submittals would be made to the City at the 5O/o, 90% and final plan stages of completion. biter
the 50% submittal, B &R proposes holding a design concepts meeting with City staff to validate the
concepts developed in the preliminary and early design phases and to ensure the City's intentions
are being fully mct prior to completion of the 90% level drawings and specifications. Prelinninary
concept plans and the outline of the specifications Would be used in the meeting to facilitate
discussions.
'T'he 90% submittal would include near complete plans and specifications and the engineer's cost
estimate. Two full -size hard copies of the plans and a copy of the estimate will be included.
Following City review, we would meet with City staff to discuss the submittal prior- to preparing the
final contract documents.
Final plans, specifications and estimates would be prepared, stamped and signed.
2.6 Preparation of Construction Schedule
A construction schedule will be developed that takes into account the likely seasonal weather
restrictions, the work to be accomplished, and other: factors relating to ]low the work could be
conducted. The schedule would be reviewed by City staff and incorporated into the project
specifications.
TASK 3 — Assistance During Bidding
3.1-3.4 Plans Distribution, Addenda, Bid Opening and Contract Award /Conformance
Assistance during bidding will include distribution of the plans and specifications to the City's
preferred Builders 1 xclianges, disbursement of bid packages to prospective bidders, maintenance of
a phone log of inquiries during the bid process, preparation and distribution of addenda, and
attendance at a pre -bid meeting. Services will also include drafting a staff report for City Council,
conducting the bid opening, bid result tabulation, and preparing and forwarding the bid summary
package to the City for bid award concurrence. 'rhe bid summary package will include a written
recommendation regarding contract award. Following bid award, prepare and circulate Ceti (10)
conformed copies of the contract documents together with a request for insurance certificates and
bonds. Route contractor.- provided insurance certificates and bonds to City Counsel for review.
With City Counsel's concurrence, forward contract documents to City Staff widl recommendation
to execute and distribute.
TASK 4 — Construction Managernent
The City has previously detailed a well conceived work plan for all the tasks required of consultants
performing construction management services, which we have included in our proposal. The
construction related services to be performed by Brcllc &Trace will include:
I. Prepare a list of required submittals and provide to the contractor.
Attachment "A"
Page 4 of G
2. Process and review shop dra-,vings and other required submittals. Route to City staff or
subconsultants as required in order to coordinate responses. Keep a log of all submittals and
their review status throughout the project.
3. Conduct a pre - construction meeting, which will include representatives of the City,
contractor, and inalor subCOntraCCOPS. Prepare agenda and minutes for the prc- construction
sleeting.
4. Conduct and document progress meetings and other special technical meetings. Prepare
agenda describing key issues, schedule status, and potential change orders. Prepare brief
minutes of kcY points troll, the wccldy rlleetings. Contractor is to provide 3 -week look -
ahead schedules at each meeting.
5. Provide schedule management including review of contractor's schedule for conformance
with the specifications and for reasonable durations of tasks and sequencing. I Icet with the
contractor to discuss and clarify any significant issues. Review revised schedules as required.
Review work progress as compared to the schedule and notify contractor of schedule
slippage. Amilyr..c schedule to determine impact of the weather and change orders on the
construction schedule. Review contractor's updates of his schedule to ensure he
incorporates actual progress, weather delays, and change order impacts.
G. Maintain project records including daily logs, inspection reports, compliance testing results,
photos, measurement of quantities, schedules and correspondence.
7. Prepare and submit to the City a monthly progress report including construction progress
summary, construction cash flow and payments, and summary logs for proposed change
orders (PCO's) and change orders. This report will be presented with the monthly request
for progress payment From the Contractor.
S. .,:_,Valuate the monthly progress payment requests from the Contractor, negotiate differences
over payment, and recommend payment to the City.
e). Evaluate, coordinate and manage Requests for Information (RI"Is) and Requests for
Clarifications (R1'Cs) and [lie response process. This includes log, cracking progress, request
response from appropriate persons (City or Eingineer), review response, and transmit
response to contractor.
10. Coordinate and manage the requests for Contract Change Order (CCO) and the change
orders process, including log, review in conjunction with City, assist with determination of
changed conditions and scope definition as needed, assist with negotiation, and incorporate
change orders into the construction contract.
11. Monitor Contractor compliance with construction permits and CFQ)A mitication measures.
I:ecomnu:nd course of action to City if required measures are not being met by the
Contractor.
12. Monitor construction record drawings maintained by the Contractor and inspector on a
regular basis.
13. Analyze potential claims for additional compensation that are submitted during the
construction period and make recommendations to resolve them. Perform claims
Attachment "A"
Page 5 of 6
administration, including coordnlation and monitoring claims response preparation, logos inL;
claims, and tracking claims status.
14. Provide construction observation to monitor the Contractor's work for compliance with the
contract documents. Provide surveillance of environmental conditions during preparation
and painting. Observe cleanliness and preparation of surfaces prior to coating. Provide
testing of coating systems at each coat and the final product. Provide a testing report to the
City. Testing of coating systems will include measurement of dry ftlm thickness (DI-1) and
SSPC (Society of Protective Coatings) comparative SP tests for surface preparation if old
coatings are removed. Other tests include field dew point determination, measurement of
steel surface temperatures with a laser thermometer and relative humldity using a sling
psychrometer.
15. Prepare video and /or photo documentation of initial site conditions prior to Contractor's
commencement of construction. Provide additional photos of construction progress.
16. Document field changes to the Drawings and Specifications.
17. Prepare and review Daily Inspection Reports, provide to City upon request.
18. Schedule and conduct substantial completion inspections and issue punch lists to
Contractor.
19. Provide the City with a complete set of all records of the project, indexed and properly filed,
and a listing of warranties provided under: the project including the items covered and the
warranty duration.
20. Prepare the final pay estimate and balance change orders, prepare the Notice of Completion,
and coordinate retention release.
Schedule
Tt was indicated that the design portion of the project would need to be completed by sometime in
early December. With that ill mind, and tanking into account the anticipated time necessary to
complete the City's approvals, bidding, award and starting construction during the best period for
painting, the following schedule was prepared:
Attachment "A"
Page 6 of 6
Assuming roughly 30 days for bid advertizing, and based on our past experience with tile City's laid
approval process, it is anticipated that a notice of award could be delivered to the selected
contractor: by late February or early March 2013. .
Construction under this tightly defined scenario would take approximately 60 working days or about
2' /z months. It would appear that most work could be accomplished in the early to late spring
season of 2013, which would allow the tank to be in service again prior the highest demand periods.
Project Personnel
In order to maintain continuity with the other recent: Lank coating jobs Brelic and Race has
performed for the City, we propose utilizing the same team of personnel for this project. Sean
Jeane would be the project manager for both design and construction management. Rich
DiTominaso would act as project engineer for the design elements, perforin the majority of services
during project bidding, and would be the office engineer during the field work, though he would
also serve as the held inspector on occasion, mostly for non - coating related work. IM Gaya and
Associates would act at the coating inspectors for this project, however, they would not perfornl any
of the administrative tasks except for preparing daily field reports. Rich Di fonlnlaso would fill in
for DB Gaya and Associates whenever necessary_
Brief resumes for each of the main team members are included as attachments.
Fee
Our fees for file first three tasks will be billed monthly oil a tirne and expense basis, not to exceed
the approved, budgeted amount without prior written approval from the City. The fees for tile
construction related services work will be billed monthly on an actual time and expense basis. The
construction related services have been estimated based on an assumption of the work being
completed in 60 working days, with frill time inspection being necessary for approximately 50 of
those days. The fee proposed for performing Tasks 7 to 3 is $53,200, and the fee proposed &o r GIM
services is $69,700. The total combined budget recommended is $122,900. '171e budget estimates
are based oil our current Services Rate Schedule (Copy Attached) and oil the attached Task, Work
Hour and Cost Tabulation worksheet `vllich shows the breakdown of sub -tasks and estimated hours
for each tears member to complete each task.
Attachment "B"
Page I of 3
EXHIBIT A - DESIGN
TASK, WORK HOUR AND COST TABULATION
CI'T'Y OF ROHNERT PARK WATER TANK NO.2 INTERIOR & EXTERIOR RECOATING
PROFESSIONAL ENGINEERING SERVICES
Brelic & Race Consulting Engineers
September 2012
TASK
nx�o i;—
Ni"cir �i
s<,co.
ts„�t „«<
CAD / r,
T<ch
t't< °t
IM (;a •, c
n : :c< ,«
Mta<. a r.
r<
HOURLY RATE
$ 130
S 130
$ 115
S 100
$ 6,51
S 115
DESIGN - PLANS, SPECIFICA'T'IONS, 3c COST ESTIMATES DEVELOPMENT
•Taste I- PRELIMINARY DESIGN
(
1.1
Project MCOillg & telCCUnttrenecs with CitV
3
A
1.2
Assemble available project in0 ouitiun
1
6
1.3
Coadua site visit
3
3
lA
linvironnhental permiuing( 1 )
1
$
4
2
1.5
Cur-Ten steel contin .s research & pint mm in option.,
2
16
4
1.6
Prepare and issue Technical Memorandum
16
1 4
2
S 100
Task I Subtotals
26
39
81
4
4
4
S 100
Taslc l Budget
$ 3,360
1 S 5,070
S 920
$ 400
$ 240
S 400
S 10,510
Task 2 - CONTRACT DOCUM ENTS
2.1
Vrcliminary dcsi >n review nnc[io +with Citl'
2
3
l
22
1)cVClopbascdrawinnso(C istingcondi[ions
1
6
12
2.3
Preparation oCt:onstntetion Drawinp'(3)
2.3.1
5(134. Design and submittal
2
16
24
2
S 101
2.3.2
SOY. Dcsiqu review mccting
2
3
1
2.3.3
MY. I)c.,ipn and submit[-a1
•(
16
.121
2
4
S 100
23.4
90M, Dcstrn rcvicw,ncctnl •
2
3
1
2.3.5
Final flans
2
12
16
S 100
2.4
Preparation of'I'vchnicil Spccificitions
2.4.1
9(rr Technical S ecircuions and submiml
6
32
20
2.4.2
Tina) s xciGcntions and submittal
4
12
8
S 1u0
2.5
Construction Cum l stitrruc
25.1
900/ Design submittal construction Cost c. .minute
I
l
1
252
Fin-al construction cost estimate
1
2
2.6
I'rc .iration of Coostructiun Schctlulc
1
6
Task 2 Subtotals
30
121
-
64
36
4
$ 400
Task 2 Budgct
S 3,900
$ 15,730
S
$ 3;100
$ 2,160
S 400
$ 30,990
Attachment "B"
Pa2e 2 of 3
EXHIWT A - DESIGN
TASK, WORK HOUR AND COST TABULATION
CITY OF ROHNERT PARK WATER TANK NO. 2 INTERIOR & EXTERIOR RECOATING
PROFESSIONAL ENGINEERING SERVICES
Brelie & Race Consulting Engineers
September 2012
Task 3 - BID, CONTRACT, & CONSTRUCTION ASSISTANCE
3.1
A.,st.,mice Nsuing Rid
.3.1.1
D'art staff .-Cport for Giv Council
4
1.2
k-lue bidnotim, and &qributc bid documem.-
1
-1
12
-
meting .%itewilk
3
8
2
2
32
Assima ... x During Bid 11c,iod
32.1
Res and to j,jf0f-,jj:,jioj)
2
8
1)(Ii-colop and j.,.st,c atl(lendit
1
8
3.3
Dc'-dop conromwd construction docunwols-
3 3.1
Revise J)Inns, spccifications, contr.•Ct d0C1ft1)Ct)j%
I
S
4
3.3 .2
S"6111i, confortnedsets (10) & dipimf files to (-'ill-
2
•00
3.4
Ass;mwce c,aluiting, and awarding bid
3.4.1
FI-Aluale bids for c(331(onwince and rciponsivcn"s
3.4.2
Rcco,11suctid award, justify rejection, create bid (able
3.43
01-11" staff report for On, Council fo, -.mrard
q
2
TmAc 3 Subtotalsl
18
48
R
32
2
S 400
Task 3 Budgc(
S 2,340
$ 6,240
800
S 1,920
11 200
S 11,700
Task •1 - CONSTRUCTION MANAGEMENT
4.1
D—do p.md)nlitlals 1;.,(; providt, to contractor
4.2
Coordimi• s,A)jjjj(jjj/tjjolj kjrj%,j$jg r• ,it_ I)r,x
'1.3
Coordinatc. prcmmrmlion merlin g.; ;tgcnda, minutes
2
12
•.4
C.00rdinitv. pvogrcss air, zedmicil project meetings
I
I :I
4.5
Coordinat• S. manag c )rject scilt<11e
2
12
4.6
kinintiin project records: daily colas, LCMillp reports,
compondwce
12
1
-1.7
11rcli.ave monthly rcl)()rts prfg Ifess, cash C1,1ordc ,
12
4.9
Rcvim progres% l)--W111vM$w Ougoliatc, 1 ccommend pavincot
2
12
4.9
Review, many ,e tf Id, u s pons's p)ns's
c(x)r(jijj ter
8
4.10
Co ... dinaw k,. nnoagc & ju)(.oti;tj (:Cos
2
81
4
'Al
Monitor Coo"'Ac(or comphisicc with construction permils"
4.12
Monitor Construction Record Dr?j%vjjjgs
.1
4.13
: \ciministrr & conduct construction Claims mnn,,i,,c-cnz
1
.1
4.1.1
Provide S02strUclif)" Obscr%-160n Of Contractor's work
9
40
1(q
S Soo
4.15
Provicic pholo & video documcimum of lank sires & work("
4.16
Document field changes to Plans & Specificitiolls
(I
te'-w" and im-,wi& daily reports ofconvacto"s wo,-L
2
8
4.18
Conduct substantial cool )Idiom i1jpectioll; i%wc 11wich Lki:
2
4
•-19
OfL,111i2C & [11"WidC illdMd j)I-0jCCL (10C11111CM files, \\Mrfatlljcs
4
4
420
PMJIAVr N06c, of Complvl4m, & final pay vsflm-we
1
8,
SUBTOTALS
20
184
2
8
420
S Soo
Task 4 Budget
S 2,600
$ 23,920
S -
$ 200
$ 480
$ 42.000 111
69,700
TOTAL BUDGET' 1
$ 12,220
$ 50,960
=$9201
1i L800 L$
4,800
s —4370007
. ..... . Budget Estimate $ 122,900
Not(-
'I) 1:%4 mare lo, ........... ..... I «•rpurt of., sing lc
bls,d—ing, W�,,d nn G'y Plus P—it Cl lCd.
(5) F.il—aw fur C MM-u11 or -j1j1m—Iwclv 4 &—inns
ill mck.k --i- of fidd m,putor. Thc hours .—'111 in I �,A 4.11
Attachment "B"
Page B i e& Racy P age 3 of 3
CONSULTING CIVIL ENGINEERS
SERVICES RATE SCHEDULE
EFFECTIVE MARCH 1, 2012
PROFESSIONAL SERVICES
SeniorPrincipal ... ............................................................
................................ ....... ......................... 5175.00 /hotir
AssociatePrincipal ..........................................................
................................................................. 140.00 /hour
Associate................ .............................. ....................................
................... ................ 105.00 to 130.00 /hour
SeniorF: ngincer ..........................................................................
............................... 120.00 to 130.00 /hour
Engineer.......................................................................................
............................... 100.00 to 720.00 /hour:
Engincering , Technician .............................................................
............................... 85.00 to 100.00 /liour-
SeniorPl anner................ .................................................
............................. .............. 100.00 to 130.00 /hour
Planner.................................................................
...................-- ................................ 85.00 to 100.00 /hour-
Senior- Surveyor .............................. ..................................
25
............................. .. .......... 110.00 to 1�5 OU /hour
Sulveyor.............. -- .......... ..........................................................................................
100.00 to 110.00 /1TOttr
Stnvey Technician ..................... ..........................................................................
85.00 to 100.00 /hour
CAD Technician. ...............................................................
........................... ........... 85.00 to 100.00 /hour:
Constnrction T echnician ...........................................................
............................... 85.00 to 100.00 /hour
EXPERT WITNESS & MEDIATION SERVICES
5300.00 /hour
FIELD SURVEYING
One -elan Party
$15().()0 /hour
(Including Survey Equipment & Vehicle)
Two -man Party
5210.00 /hour
(Incklding S vey Equipment & Vehicle)
Three -elan Party
5260 -{)0 /hoar
(Including Survey Equipnx=nt & Vellicle)
TYPING AND CLERICAL
$65A0 /hour
OUTSIDE CONSULTANTS
Cost + I5% I-Iandling Charge
MATERIALS & OUTSIDE SERVI(:ES
Cost + 15% Handling Charge
Stakes, Pipes, Monuments,
Maps, Reproduction Services, etc.
IN -HOUSE PLOTTING
Vclhun or bond 58.00 /sheet
Mylar 20.00; sheet
MILEAGE 50.55 /mile
475 Aviation Blvd., Suite 120 • Santa Rosa, CA 95403 • v: 707 -576 -1322
www,brce.com