Loading...
2015/04/14 City Council Resolution 2015-069RESOLUTION NO. 2015- 069 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK AUTHORIZING AND APPROVING A TASK ORDER FOR ON -CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES WITH BRELJE & RACE CONSULTING ENGINEERS WHEREAS, the City will have various projects in construction phase; and WHEREAS, funding for the various projects is budgeted under the Capital Improvement Program; and WHEREAS, the City has issued a Request for Proposal for Construction Management and Inspection Services; and WHEREAS, Brelje & Race Consulting Engineers submitted a proposal for Construction Management and Inspection Services; and WHEREAS, the City has reviewed the proposal by Brelje & Race Consulting Engineers, believes that Brelje & Race Consulting Engineers is the best qualified firm to administer the construction phase of the various projects. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve a Task Order with Brelje & Race Consulting Engineers, for Construction Management and Inspection Services for various project for a not -to- exceed amount of $100,000. BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to take all actions to effectuate this Design Professional Services Agreement for and on behalf of the City of Rohnert Park, including execution, if necessary, in substantially similar form to Exhibit A attached hereto and incorporated by this reference subject to minor modifications by the City Manager or City Attorney. BE IT FURTHER RESOLVED that the Finance Director is hereby authorized to make appropriations, transfer budgeted revenue as necessary to cover the costs of the task order. DULY AND REGULARLY ADOPTED this 14t" day of April, 2015. ATTEST: ) oAnne M. Buergler, City lerlc CITY OF ROHNERT PARK Amy` notu, ayor Y(. CALLINAN: i':ra MACKENZIE: 1\ t.v STAFFORD: BEI,FORTE: AHANOTU: I \VSP_f)+_ i AYES: (t -t ) NOES: ABSENT: ABSTAIN: ( 0 ) BRELJE & RACE CONSULTING ENGINEER TASK ORDER NO. 2015-02 CITY OF ROHNERT PARK AND BRELJE & RACE CONSULTING ENGINEER AUTHORIZATION TO PROVIDE ON -CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES SECTION 1— PURPOSE The purpose of this Task Order is to authorize and direct Brelje & Race Consulting Engineers 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 Consulting Engineers ( "Consultant ") hereto dated April 14, 2015. 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 1 above. The total cost for services as set forth in SECTION 2 shall be actual costs (time and materials) based on Consultants' standard labor charges in accordance with the provisions of the MASTER AGREEMENT and as shown in Attachment "B" for an amount not -to- exceed $100,000.00. SECTION 4 — TIME OF PERFORMANCE The work described in SECTION 2 shall be completed by December 31, 2015, 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 14th day of April, 2015. CITY OF ROHNERT PARK Darrin Jenkins, City Manager (Date) Per Resolution No. 2015- adopted by the Rohnert Park City Council at its meeting of 4 -14 -15 BRELJE & RACE CONSULTING ENGINEERS John S. Locey, President (Date) (1!) Statement of Qualifications Construction Management and Inspection Set-vices Various Construction Projects GENERAL CONSTRUCTION MANAGEMENT PROJECT APPROACH Brelje & Race's work during the construction phase of any project consists of a comprehensive range of services to provide our clients with the highest level of assurance that the project is being conducted in a manner that is safe, reduces residential complaints, results in a properly performing finished product that conforms to the construction contract documents, and minimizes the client's exposure to risk and cost overruns. This comprehensive range of services is understood to include the general categories of contract administration, construction management, field inspection, assistance during bidding and geotechnical or other special testing. Included within this Statement of Qualifications (SOQ) is a comprehensive list of construction phase seivices that will be provided to the City for every project. We consider this list to be well- conceived, thoroughly covering the above listed general categories. Commentary has been inserted beneath some of the service tasks where merited. Combined, the comprehensive list provides a full- service approach to construction management. Pre - Construction Meeting Conduct the pre - construction meeting, which will include appropriate City staff, the design engineer, contractor, major subcontractors and local utility company representatives as necessary. Prepare agenda and minutes for the pre- construction meeting. The preconstruction meeting shall include a discussion of all items pertinent to the successful performance of the contractor leading to smooth completion of the project. Our approach to orgarri�ing pre- construction meetinSs is intended to result in all parties to the project being appropriately represented, Discussions diering the meeting will establish a clear understanding of communication protocols and each party's responsibilities for the duration of the pr ject. This is also the time to point old a`y irregular or non - standard work items, sequence of work and ex pectations regarding the con tracto r ' s field and office sarpporl performance. 2. Project Meetings Conduct and document progress meetings and other special technical meetings on a weekly or bi- weekly basis. Prepare and distribute agendas to include key issues, schedule status and updates, potential change orders and other outstanding or pending issues. Prepare minutes of the meetings. 3. Schedule Management Review contractor's as- planned schedule for conformance with the specifications and for reasonableness of activity duration and sequence. Coordinate review comments by the City and the design engineer and transmit review comments to the contractor. Meet with the contractor to discuss and clarify any significant issues. Review revised schedules as required. Review work progress as compared to the as- planned schedule and notify contractor of schedule slippage. Determine impact of the weather and change orders on the construction schedule. Review contractor's updates of the construction schedule which incorporates actual progress, weather delays, and change order impacts. Breje 6 Race feels it is important to require the Contractor toproduce a weekly 3 -week "look - ahead "schedule as a means to keep the overall project schedarle czrrrent. 4. Maintain Project Records Maintain project records including submittals log, daily logs, inspection reports, compliance testing results, photos, measurement of quantities, schedules and correspondence. 2 Breli eONSULTIN R-ace Statement of Qualifications Construction Management and Inspection Services Various Construction Projects 5. Prepare Weekly Reports Prepare and submit to the City a weekly project status report including construction progress summary, construction cash flow and payments, and summary logs for proposed change orders (PCO's) and change orders. The City requires a monthly report, however ourpractice has been to provide a weekly or sometimes bi- weekly apdate via email.. This ensures that the City's project manager is kept firlly informed and records are incorporated in a timely and accurate manner. We also will provide copies of other files and documentation on a monthly basis, such as Daily Inspection Reports. 6. Review Monthly Progress Payments .Evaluate the monthly progress payment requests from the Contractor, negotiate differences over quantities and payment, and recommend payment to the City. At the beginning of the project, Bre je 6 Race will review the Contractor's Initial Cost Breakdown for accuracy, which is then used to establish the form of Progress Payment Requests. Submitted progress payment requests are f rlly reviewed by both Bre je 6 Race field personnel and the Construction Manager before forwaiding to the City with our recommendation forpayment. 7. Requests for Information (RFIs) and Requests for Clarifications (RFCs) Coordinate and manage the RFI and RFC evaluation and response process. This includes log, transmit to the design engineer for response, coordinate with design engineer on field status, track progress, review response, and transmit response to contractor. It is important that a written record of contractor questions and the official responses be kept and maintained All questions will be requested to be provided via the RFI /RFCprocess. 8. Potential Change Orders (PCOs) and Change Orders Coordinate and manage the change order process, including log, review in conjunction with design engineer and City personnel, assist with determination of changed conditions and scope definition as needed, assist with negotiation, and incorporate change orders into the construction contract. It is vital that PCO, Change Orders and Force Account work are evaluated, negotiated, tracked and f naliZed in such manners that result in prompt and accurate determination of the costs involved Ve also encourage the Contractor to prepare e� tra work regarests immediately and submit with each monthly progress payment request in order that accurate project accounting and bud get status stays arp -to- dime. 9. Coordinate Submittal and Shop Drawing Review Process Coordinate and manage the submittal/ shop drawing review process. This work includes log, transmit to design engineer for response, coordinate with design engineer on field status, track progress, review response, transmit response to contractor and ensure subsequent resubmittals are received and reviewed properly. Brelj eGNS &INGRace Statement of Qualifications Construction Management and Inspection Services (4w Various Construction Projects 10. Permits Compliance Monitor Contractor compliance with construction permits and CEQA mitigation measures. Coordinate with design engineer for compliance. Recommend course of action to City if required measures are not being met by the Contractor. 11. Monitor Construction Record Drawings Monitor construction record drawings maintained by the Contractor and inspector on a regular basis. Provide to design engineer upon project completion for accurate creation of Record Drawings. 12. Claims Management Analyze potential claims for additional compensation that are submitted during the construction period and make recommendations to resolve them. Perform claims administration, including coordination and monitoring claims response preparation, logging claims, and tracking claims status. 13. Field Inspection Provide construction inspection to monitor the Contractor's work for compliance with the contract documents. 14. Photograph or Video Documentation Prepare video or photo documentation of initial site conditions prior. to Contractor's commencement of construction. Provide additional photos of construction progress. Corastrrrctiora progress photos will carry date stamps for easy cross - reference with daily in. pection reports. Plans, several representative photos are incorporated into oar daily inspection reports. 15. Field Changes Document all field changes to the Drawings and Specifications. 16. Inspection Reports Prepare Daily Inspection Reports documenting the work performed each day, including the contractor's staff, equipment and materials used, and any subcontractors on site, deliveries received and other pertinent information. Potential extra work will also be noted and tracked in detail. Bre je Race artili des starzdardiZed, in-house developed forms for Daily Inspection Keporls and Meekly Working Days Statements to aid efficient recordkeeping. 17. Geotechnical Observation & Special Testing Brelje & Race will manage and coordinate the services of RGH, Inc. for geotechnical observation and testing and materials or special testing services, as required. 18. Substantial Completion and Punch List Schedule with City and the design engineer, conduct substantial completion inspections and issue punch lists. 19. Project Documents 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. Bre je ei Race will prepare a set of flesh redline plans that consolidates field set mark -aps at the end of a project. Record Drawings rvillgenerally be forwarded to the design engineerforpreparation based on the faeldset mark -aps from Breje & Race. 4 Brelie N &NRace Statement of Qualifications Construction Management and Inspection Services Various Construction Projects 20. Notice of Completion Prepare the final pay estimate and balance change orders, prepare the Notice of Completion, and coordinate retention release. 21. Worksite Safety and Liability Awareness Brelje & Race has an Injury and Illness Prevention Program in place that, in part, establishes clear procedures for maintaining awareness of the risks and liabilities associated with worksite safety practices. Although the Contractor is solely responsible for worksite and worker safety, our field personnel are trained to recognize imminent and flagrant threats to life or safety and, consistent with normal standard professional care, will promptly notify the Contractor and the City when such conditions are recognized. A copy of our IIPP can be provided upon request. 22. Public Relations — Outreach and Communications Brelje & Race will either prepare or assist in the preparation and distribution of initial notifications to locally affected homes and businesses that the City often elects to have distributed prior to and at various times throughout a project. All notifications shall receive review and approval by City staff prior to delivery. We will also ensure that Contractor provides required public notifications of construction activity. Brelje & Race will act as the primary contact for the public during construction, maintain a log of complaints including the name and address of the person complaining, date and nature of complaint, date the Contractor was notified and the action taken (with date) to resolve the complaint. All contractor generated notices will be reviewed by Brelje & Race's construction manager prior to approval for release to the public. Additionally, for complex projects that are particularly difficult or unpleasant to the public, Brelje & Race staff will either assist the City or provide the lead as needed for additional public outreach, informational meetings and other public relations endeavors. All complaints received will be addressed promptly and directly during a project by Brelje & Race staff. 5 Brelje .;--CONSULTING LOX-ace Qp9x[ar y_ Statement of Qualifications �, Construction Management and Inspection Services 1'.�.k Various Construction Projects Jake Bricker Field Inspector Julian Kayne, FE Field Inspector ?. Resident Engineer /Field Inspector Field Inspector Subconsullant Table 1 Summary of Key Personnel Sean Jeane, P.E. Associate Principal Principal -in- Charge Project / Construction Manager Figure 1. Project Team Structure Subconsuitant Dana Brock; PE, CEG Terrain; Inc. Field ]nspector/ ;Geofechnica! gssessmenf - ■ Associate Principal of Brelje & Race with 26 years of experience. Experienced project manager in planning, design, construction management and peer review for private and public agency projects including water storage tank, pipeline, treatment and pump stations; water wells, sewer and water remediation /rehabilitation; wastewater treatment plant facilities; roadway improvements; parks planning and pathways; drainage systems and erosion control; and earth retaining structures. Brelj eONSULTING� ace Statement of Qualifications Construction Management and Inspection Services Various Construction Projects George Potter, P.E. Senior engineer with more than 25 years of experience primarily involving the Senior Civil Engineer planning and design of water and wastewater projects, resident engineering, Resident Engineer / Field Inspector and construction inspection. ■ Experienced in a broad range of projects including roadway paving, water storage and distribution, and facilities improvements (pump stations, roads, parking lots, treatment plants, and storage tanks). ■ Certifications include SSPC, HAZWOPER, and Confined Space. Richard DiTommaso, P.E. 0 33 years of experience as a mechanical engineer in the public and private Senior Mechanical Engineer sectors. 25 years with Brelje & Race. Resident Engineer/ Field Inspector a Extensive experience designing pump stations, water well facilities, and wastewater treatment plant unit processes. ■ Resident Engineer for surface water and wastewater treatment and storage facilities such as Town of Windsor, Circle Oaks County Water District and Sonoma Raceway. DSO (Division of Safety of Dams) approval, process.; Jake Bricker 0 Over 8 years construction management and observation experience. Construction Technician II ■ Experienced with quality control for public sewer and water main rehabilitation Field Inspector projects; transportation and roadway improvements, healthcare facilities; water storage tanks; and wastewater treatment projects. ■ Responsible for construction oversight for projects in the City of Rohnert Park including the Adrian Driver Sewer and Water Rehabilitation Project. ■ Familiar with Uniform building, plumbing, fire and electrical codes. Robert Clemens Over 12 years of experience as a field inspector with Brelje & Race. Construction Technician Experienced resident inspector on a variety of water distribution, storage, and Field Inspector paving projects for public agency and private clients. BreljeN &,NG Ra�ce Brelig & �rc�rr :st�t.tiru;civaGIraURS SERVICES RATE SCHEDULE EFFECTIVE MARCH 1, 2015 PROFESSIONAL SERVICES SeniorPrincipal ......................................................... ............................... ........................$195.00 /hour AssociatePrincipal ......................................................... ............................... ....................160.00 /hour Associate..................................................................... ............................... .......:.................145.00 /hour Managing Engineer ................................................... ............................... .........................150.00 /hour Senior Engineer ................................................. hour ............................... 145.00/ hour Engineer ........................................ ............................... /hour .............................. .........................135.00 Engineering Technician ............................................ ............................... .........................115.00 /hour SeniorPlanner ................................................................. ............................... ....................130.00 /hour Planner............................................................................. ............................... ....................100.00 /hour SeniorSurveyor ............................................................... ............................... ....................135.00 /hour Surveyor............................................................................ ............................... ...................120.00 /hour Survey Technician ... ............................... hour 110.00/ hour CADTechnician ............................................................. ............................... ....................110.00 /hour Construction Engineer ... ............................... hour 130.00/ hour Construction Technician 2 .................... ............................... .........................115.00 ................... /hour Construction Technician 1 ............................................ ............................... ....................100.00 /hour TechnicalWriter ............................................................... ............................... ....................90.00 /hour EXPERT WITNESS & MEDIATION SERVICES FIELD SURVEYING One -man Party (Including Survey Equipment & Vehicle) Two -man Party (Including Survey Equipment & Vehicle) Three -man Party (Including Survey Equipment & Vehicle) CLERICAL SERVICES OUTSIDE CONSULTANTS OUTSIDE PLOTTING AND REPRODUCTION IN -HOUSE PLOTTING Vellum or Bond Mylar $350.00 /hour $170.00 /hour $225.00 /hour $275.00 /hour $70.00 /hour Cost + 10% Handling Charge Cost + 10% Handling Charge $8.00 /sheet 20.00 /sheet Note Brelje & Race does not charge separately for many of the expenses that are traditionally recouped from the Client as "reimbursable ". The hourly rates listed above are inclusive of all expenses for vehicle mileage, surveying materials, incidental copying services and computer hardware, software and other information technology costs. 476 Aviation Blvd., Suite 120 • Santa Rosa, CA 95403 • v: 707 -676 -1322 www.brce.com Terrain, Inc. SCHEDULE OF CHARGES 2015 Professional Classification Standard Hourly Rate Principal $140 Senior $120 Project $110 Assistant $100 Staff $90 CAD Design /Draftsperson $85 Word Processing $65 Clerical $55 Expenses Sub consultant expenses At cost plus 8% handling Reproduction, Travel, CAD prints, etc. At cost plus 10% handling This schedule of charges is effective January 1, 2015 and will be revised January 1, 2016. Professional classifications and corresponding rates apply to all disciplines, including engineers, geologists, construction managers, inspectors, or other professions. Standard rates for expert testimony are increased by 50% and charged in 1/2 day increments. Invoices are payable upon presentation and past due 30 days from the submittal date. A finance fee will be charged for past due accounts at the rate of 1 1/z % per month. If a client requires a higher level of coverage than Terrain carries and /or the contractual terms merit specific coverage, Terrain will pass on the incremental premiums at cost. Billing currency for international projects will normally be in US$. For companies that wish to be billed in other currencies, conversion will be at the exchange rate on the invoice issue date. Terrain's liability for errors and omissions shall in no case exceed the value of the engagement. f e f Ilia` Presidio Systems, Inc. Presi io Sj/i°.st6 sy !Inc. License #832413 Attachment A Presidio Systems, Inc. Hourly Rate Schedule, Effective Jan. 2014* Project Manager $ 140.00 /hr. Project Assistant $ 65.00 /hr. Clerical $ 50.00 /hr. Engineer - Principal $ 150.00 /hr. Engineer - Senior $ 125.00/hr. Programmer /Sr. Control Specialist $ 120.00 /hr. Technician /Senior Field Specialist $ 95.00 /hr. CAD Operator $ 75.00 /hr. Site Superintendent $ 110.00 /hr. Control Specialist $ 105.00 /hr. Foreman Electrician (IBEW) $ 115.00/hr. Journeyman Electrician $ 95.00 /hr. Journeyman Electrician (IBEW) $ 104.00 /hr. Certified Welder $ 130.00 /hr. Equipment Operator $ 95.00 /hr. Laborer II $ 85.00 /hr. Laborer 1 $ 75.00 /hr. * These hourly rates are used for all Time and Materials contracts. Travel time is billed at normal billable rates. Overtime Rates: Rates may increase by a factor of 1.3 for all hours worked in excess of eight (8) Monday through Friday, and the first eight (8) hours worked on Saturday. Rates increase to a factor of 2.0 for all hours worked in excess of twelve (12) Monday through Friday, in excess of eight (8) on Saturday, and all hours worked on Sunday. This rate schedule does not apply to prevailing wage projects. Unless prior arrangements are made, four (4) hour minimums apply to all on -site work. Additional Services and Fees • PSI provides a wide range of contractor and consulting services through the use of both in -house and contracted personnel. When contractors or outside services are used, billing will be at a rate of cost plus 20 %. • All materials, parts and rental equipment will be billed at a rate of cost plus 20 %. • Field vehicles will be charged at a rate of $46.50 /day, plus $.65 /mile traveled. Industrial Process Controls Construction and Environmental Services s• Electrical Services d• Pipeline Inspection /Certification 290 Rickenbacker Circle, Suite 100, Livermore, CA 94551 ❖ (925) 456 -8400 Phone (925) 456.8404 Facsimile www.presidiosystems.com a MINIMUM TIME REQUIREMENTS Statement of Qualifications Construction Management and Inspection Services Various Construction Projects Brelje & Race does not set minimum tune requirements for our employees, and specifically for the team members assigned to tasks for the City's projects. EXCEPTIONS AND EXCLUSIONS Brelje & Race has reviewed the City of Rohnert Park's Standard Professional Services Agreement and hereby confirm that the contract and its associated insurance requirements are acceptable. 20 Brelje N &,N�1Zace March 18, 2015 Santa Rosa Office 1305 North Dutton Ave Santa Rosa, CA 95401 P: 707 - 544 -1072 F: 707 -544 -1082 Brelje & Race Attention: Sean Jeane 475 Aviation Boulevard, Suite 120 Santa Rosa, CA 95403 jeane @brce.com Napa Office 1041 Jefferson St, Suite 4 Napa, CA 94559 P: 707 - 252 -8105 F: 707 - 544 -1082 Field and Laboratory Testing Services during Construction Rohnert Park Expressway Rehabilitation Proposal Rohnert Park, California RP # 2013 -01 Federal Project # STPL 5379 (020) Middletown Office P.O. Box 852 Middletown, CA 95461 P: 707 -987 -4602 F: 707 - 987 -4603 Project Number: 1148.41.PW.1 We are pleased to submit this proposal to provide field and laboratory testing services during construction of the proposed Rohnert Park Expressway Rehabilitation Project in Rohnert Park, California. The enclosed scope and fee is based on our understanding of the project following a review of the project drawings and specifications. Project Description: The project includes digouts and an overlay of the Rohnert Park Expressway from State Farm Drive to Snyder Lane, and from Commerce Boulevard to State Farm Drive. The plans for the segment from State Farm Drive to Snyder Lane are completed. The segment from Commerce Boulevard to State Farm Drive is under design. RGH performed a geotechnical study for the project and presented the results in a report, dated May 12, 2014. The project plans and specifications prepared by Coastland Civil Engineering, Inc. will be the guidelines for the work. The contractor has not been selected Scope of Services: The scope of RGH's services is based on a review of the project plans and specifications, knowledge of the pavement section and subgrade soil conditions gained from our study for the project and experience obtained during construction of similar projects. The project specifications require the contractor to provide a Certificate of Compliance, a job mix formula (JMF), a JMF verification, and the Contractor's Quality Control (QC) Plan per Caltrans Section 39- 2.02A. Acceptance Testing of the HMA is required to be in accordance with Section 39 -2.03A with the modification that the acceptance testing and frequency shall be determined by the Engineer. At a minimum, prior to starting paving operations each day, Caltrans Test 309 (Rice specific gravity) results for the previous day's mix are to be provided to the Engineer along with the previous day's nuclear density gage testing results. Samples of the mix will be taken during paving. Accordingly we propose to provide our field and laboratory testing on an as requested basis in accordance with standard Caltrans testing protocol as follows: • We will perform in -place densities of the HMA with a nuclear density gage in accordance with California Test 375, Parts 3 and 4. • We will perform Acceptance Testing, as determined by the Engineer, in accordance with Section 39 -2 -03A Geotechnical, Geological and Laboratory Services 1 CONtiUt.IANIS Rohnerf Parl< Expressway Rehabilitation Maich 18 2015 Proieut dumber: 1148.41.PWA The results of our observations and testing will be made available to the contractor(s) on the job site so that timely corrective action might be taken, if required. Upon completion, we will summarize the results of our work in a letter report, including field and laboratory data. Fee: RGH proposes to perform the services indicated above on a time -and- expense basis in accordance with the attached Schedule of Charges. The Schedule of Charges is subject to change by RGH on 30 days written notice to client. We estimate that 10 working days will be required to complete the digouts and overlay. On that basis our fee can be itemized as follows: TASK OR COST ITEMS VISITS UNITS HRSJVISIT HRS /UNIT COST /HR COST /UNIT COST Field Density Testing 10 visits 10 hrs $100 /hr $10,000 Laboratory Testing - Initial Startup costs (one for 2 units - -- $1,665 /unit $3,330 each mix) - Daily Production costs (as 10 units - -- $855 /unit $8,550 requested by Engineer) Nuclear Density Tests 20 tests $12 /test $240 Vehicle (Mobile Laboratory) 100 hrs $15 /hr $1500 Project Administration, Report $2000 TOTAL ESTIMATED COST $25,620 AUTHORIZATION: We expect that you will submit a standard ACEC contract for our review and execution. Very truly yours, RGH Consultants ud�'A - AZC Ke' S. Greggory roje t Mana er p�pG�Cy�V9 No. 2628 Eric G. Chase a Geotechnical Engineer KSG:EGC:kg:ec Electronically submitted cAusers \Iwaterhouse \desktop \1148.41.pw.1 rohnert park expressway rehabilitation.doc PREVAILING WAGE SCHEDULE OF CHARGES Page 2 (:W'..; i'! l.:1 3!1;1 Jilit<if!vil Iblai Ch _18 %0 5 wioiec, 1 Effective November 1, 2014 Unless agreed otherwise, work is charged for on a time and expense basis in accordance with the following schedule of charges: PERSONNEL Principal................................ ............................... Senior Associate ................... ............................... Associate.............................. ............................... Project Manager ................... ............................... Senior Engineer .................... ............................... Senior Geologist ................... ............................... Project Engineer/ Geologist ....................... Staff Engineer /Geologist .......................... Field Engineer ........... ............................... Graphics.................... ............................... Report Typing / Reproduction ..................... EQUIPMENT ........... ............................... ......................$175 /hour ...... ............................... ...........................$160 /hour ........... ............................... ...................... $145 /hour ...... ............................... ...........................$150 /hour .......... ...........................$135 /hour ............... ......................$130 /hour ............... ......................$115 /hour .......... ...........................$100 /hour ...... ............................... $100/hour ........ ............................... $75/hour �Rn /hnur Vehicle........................................................................................................... ............................$15 /hour NuclearDensity Gauge ................................................................................... ............................$12 /test Water Level Indicator ................................................................................... ............................... $35 /day Slope Inclinometer Instrument .................................................................... ............................... $150 /day Pachometer.................................................................................................. ............................... $25 /day CoringMachine .......................................................................................... ............................... $300 /day Stormwater Sampling Equipment ................................................................. ............................... $50 /day Specialty Software (i.e. SLOPE/W, EZ- FRISK, VolFlo) ................................. ............................$25 /hour OTHER Travel time is charged at regular rates. Vehicle mileage is charged at the current federal rate. For court appearance, expert witness testimony, or deposition the charge is $235 per hour for the principal, associate, and project level professional and $150 per hour for all others, payable in advance. Four and eight hour minimums apply for court appearance. Time worked in excess of 8 hours per day and Saturday /night work will be charged at 1.5 times the hourly rate. Time worked in excess of 12 hours per day and Sundays /holidays will be charged at 2 times the hourly rate. Outside services including laboratory analysis, consultants, subcontractors, equipment not listed above, outside reproduction, aerial photographs, meals, lodging, shipping and special equipment or services not listed above are charged at cost plus 20 percent. Page 3