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