2016/05/24 City Council Resolution 2016-46RESOLUTION NO. 2016-46
A RESOLUTION APPROVING AND ADOPTING THE PLANS AND
SPECIFICATIONS FOR STRUCTURE DEMOLITION AT 100 AVRAM
AVENUE, 120 AVRAM AVENUE, AND 6750 COMMERCE BOULEVARD
(PROJECT NUMBER 2016-02); AWARDING THE CONTRACT TO AFM
ENVIRONMENTAL, INC.; FINDING THE PROJECT EXEMPT FROM CEQA;
AND AMENDING TASK ORDER NO. 2016-01 WITH GHD, INC.
WHEREAS, the Structure Demolition at 100 Avram Avenue, 120 Avram Avenue, and 6750
Commerce Boulevard (Project Number 2016-02 and hereinafter "Project") includes the demolition
of three existing structures at the above addresses; and
WHEREAS, the plans and specifications for the Project were prepared by GHD, Inc.
("Consultant") through Task Order No. 2016-01 and reviewed in-house; and
WHEREAS, staff has determined that additional construction engineering work is needed
from Consultant that includes hazardous material abatement monitoring and additional project
management in excess of the amount authorized under Task Order No. 2016-01, as amended by
Amendment No. 1; and,
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, an invitation to bid was mailed to various trade journals and posted on the
City's website on April 20, 2016 and published on May 5, 2016 in the Press Democrat, for the
Project; and
WHEREAS, three bids were received on the bid opening date of May 18, 2016; and
WHEREAS, Development Services staff determined that AFM Environmental, Inc.
submitted the lowest cost bid and is the lowest responsive and responsible bidder with a bid
amount of $380,240; and
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert
Park as follows:
1. The above recitals are true and correct and material to this Resolution.
2. The plans and specifications for the Structure Demolition at 100 Avram Avenue, 120
Avram Avenue, and 6750 Commerce Boulevard Project No. 2016-02 are hereby
approved and adopted.
3. The City Council finds that the Project is exempt from review under the California
Environmental Quality Act ("CEQA") because the scope of the project is demolition of
existing buildings, and is therefore categorically exempt under- CEQA Guidelines section
15301 (Existing Facilities), and therefore directs staff to file a Notice of Exemption for
the project.
4. In making its findings, the City Council relied upon and hereby incorporates by reference
all of the bid materials, correspondence, staff reports and all other related materials.
5. In accordance with California Public Contract Code Section 20160 and following any
other applicable laws, the City Council of the City of Rolmert Park hereby finds the bid
of AFM Environmental, Inc. for the Project to be the lowest, responsive bid and waives
any irregularities in such bid in accordance with applicable law.
6. The City Manager is hereby authorized and directed to execute the contract with AFM
Enviromnental, in substantially similar form to Exhibit A, which is attached hereto and
incorporated by this reference, subject to minor modification by the City Manager or City
Attorney, for the sum of the base bid for the amount of $380,240 for construction of the
Project in accordance with the bid documents and applicable law upon submission by
AFM Environmental, Inc., of all documents required pursuant to the Project bid
documents.
7. The City Manager is hereby authorized to execute change orders in an amount not to
exceed 15% of the base bid or $57,036.
8. The City Council hereby authorizes Amendment No. 2 to Task Order No. 2016-01 with
GHD, Inc. in substantially similar form to Exhibit B, which is attached hereto and
incorporated by this reference, subject to minor modification by the City Manager or City
Attorney, for the total, amended sum of $71,269.00.
9. City staff is hereby directed to issue a Notice of Award to AFM Environmental, Inc. for
this project.
10. This Resolution shall become effective immediately.
11. All portions of this resolution are severable. Should any individual component of this
Resolution be adjudged to be invalid and unenforceable by a body of competent
jurisdiction, then the remaining resolution portions shall continue in full force and effect,
except as to those resolution portions that have been adjudged invalid. The City Council
of the City of Rohnert Park hereby declares that it would have adopted this Resolution
and each section, subsection, clause, sentence, phrase and other portion thereof,
irrespective of the fact that one or more section, subsection, clause, sentence, phrase or
other portion may be held invalid or unconstitutional.
DULY AND REGULARLY ADOPTED this 24th day of May, 2016.
CITY OF H R PARK
Gin B Afore, ayor
ATTEST:
t/C -
Caitlin Saldanha, Deputy City Cleric
Attachments: Exhibit A: Construction Contract Agreement
Exhibit B: Amendment No. 2 to Task Order 2016-01
AHANOTIJ: �,�� CALLINAN: AA e STAFFORD: �� � MACKENZIE: A40 0 BELFORTE:
AYES: ( ) NOES: ( () ABSENT: ( ) ABSTAIN: ( G )
(2)
2016-46
EXHIBIT "A"
CONTRACT
STRUCTURE DEMOLITION AT 100 AVRAM AVENUE, 120 AVRAM AVENUE AND 6750
COMMERCE BOULEVARD, ROHNERT PARK, CA PROJECT
PROJECT NO. 2016-02
THIS AGREEMENT, made and entered into this day of '2Q_, by and
between hereinafter called "Contractor", and the City of Rohnert Park,
hereinafter called "City".
WITNESSETH:
WHEREAS, the City Council of said City has awarded a contract to Contractor for performing the
work hereinafter mentioned in accordance with the sealed proposal of said Contractor.
NOW, THEREFORE, IT IS AGREED, as follows:
1. Scope of Work: The Contractor must perform all the work and furnish all the labor,
materials, equipment and all utility and transportation services required to complete all of the work of
construction and installation of the improvements more particularly described in the Resolution adopted by
the City Council of said City on <<MONTH DAY, YEAR>>, the items and quantities of which are more
particularly set forth in the Contractor's bid therefor on file in the office of the City Clerk, except work to be
performed by subcontractors as set forth in the Contractor's bid and for which the Contractor retains
responsibility.
2. ,Time of Performance and Liquidated_Qama : The Contractor must begin work within
fifteen (15) calendar days after official notice by the City Engineer to proceed with the work and must
diligently prosecute the same to completion within fifty (50) working days of that Notice. The Contractor
acknowledges and agrees that time is of the essence with respect to Contractor's work and that
Contractor shall diligently pursue performance of the work.
In the event the Contractor does not complete the work within the time limit so specified or within
such further time as said City Council must have authorized, the Contractor must pay to the City liquidated
damages in the amount of FIVE HUNDRED DOLLARS ($500) per day for each and every day's delay in
finishing the work beyond the completion date so specified. Additional provisions with regard to said time
of completion and liquidated damages are set forth in the specifications, which provisions are hereby
referred to and incorporated herein by reference.
3. Payments: Payments will be made by City to the Contractor for said work performed at the
times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid.
The award of the contract is for a total amount of $XXX,XXX.
4. Component Parts and Interpretation: This contract must consist of the following documents,
each of which is on file in the office of the City Clerk and all of which are incorporated herein and made a
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-18
LA 94834-0043-9827 v1
part hereof by reference thereto:
a) This Agreement
b) Notice Inviting Sealed Proposals
C) Instruction and Information to Bidders
d) Accepted Proposal, with all attachments and certifications
e) Faithful Performance Bond
f) Labor and Material Bond
g) Special Provisions
h) Standard Specifications
i) Design Standards
j) Plans, Profiles and Detailed Drawings
In the event of conflict between these documents, the following order of precedence will govern:
this contract; change orders; supplemental agreements and approved revisions to plans and
specifications; special conditions; standard specifications; detail plans; general plans; standard plans;
reference specifications. In the absence of a controlling or contrary provision in the foregoing, the
Standard Specifications (2010 edition) of the California Department of Transportation shall apply to this
project.
5. Independent Contractor, Contractor is and will at all times remain as to City a
wholly independent contractor. Neither City nor any of its officers, employees, or agents will have
control over the conduct of Contractor or any of Contractor's officers, employees, agents or
subcontractors, except as expressly set forth in the Contract Documents. Contractor may not at any time
or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any
manner officers, employees, agents or subcontractors of City.
6. Prevailing Wages: Copies of the determination of the Director of the Department
of Industrial Relations of the prevailing rate of per diem wages for each craft, classification or type of
worker needed to execute this Contract will be on file in, and available at, the office of the Director at
601 Carmen Drive, Camarillo, California 93010.
Contractor must post at the work site, or if there is no regular work site then at its principal
office, for the duration of the Contract, a copy of the determination by the Director of the Department of
Industrial Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.)
Contractor, and any subcontractor engaged by Contractor, may pay not less than the specified
prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor Code
§ 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the
retention and inspection of payroll records.
Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775,
Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the execution of
the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the
worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between
the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof,
for which each worker was paid less than the prevailing wage rate.
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-19
LA #4834-0043-9827 v
Nothing in this Contract prevents Contractor or any subcontractor from employing properly
registered apprentices in the execution of the Contract. Contractor is responsible for compliance with
Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and
subcontractors must submit contract award information to the applicable joint apprenticeship committee,
must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of
apprentice's work for every five hours of labor performed by a journeyman (unless an exception is
granted under § 1777.5), must contribute to the fund or funds in each craft or trade or a like amount to
the California Apprenticeship Council, and that contractors and subcontractors must not discriminate
among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed,
national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in
training under apprenticeship standards and who have written apprentice contracts, may be employed on
public works in apprenticeable occupations.
If federal funds are used to pay for the Work, Contractor and any subcontractor agree to comply,
as applicable, with the labor and reporting requirements of the Davis -Bacon Act (40 USC § 276a-7), the
Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours and Safety Standards
Act (40 USC § 327 and following).
7. Hours of Labor: Contractor acknowledges that under California Labor Code sections
1810 and following, eight hours of labor constitutes a legal day's work. Contractor will forfeit as a
penalty to City the sum of $25.00 for each worker employed in the execution of this Contract by
Contractor or any subcontractor for each calendar day during which such worker is required or permitted
to work more than eight hours in any one calendar day and 40 hours in any one calendar week in
violation of the provisions of Labor Code section 1810.
8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411,
Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the
Contractor or any Subcontractor under him.
Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen in any
apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works
project and which administers the apprenticeship program in that trade for a certificate of approval. The
certificate will also fix the ratio of apprentices to journeymen that will be used in the perfonnance of the
Contract. The ratio of apprentices to journeymen in such cases must not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate, or
B. When the number of apprentices in training in that area exceeds a ratio of one to five, or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
D. When the assignment of an apprentice to any work performed under a public works Contract
would create a condition which would jeopardize his life or the life, safety, or property of
fellow employees or the public at large, or if the specified task to which the apprentice is to
be assigned is of such a nature that training cannot be provided by a journeyman, or
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-20
LA 448340043-9827 v]
E. When the Contractor provides evidence that he employs registered apprentices on all of his
Contracts on an annual average of not less than one apprentice to eight journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable trade on
such Contracts and if other Contractors on the public works site are making such contributions.
The Contractor and any Subcontractor under him must comply with the requirements of Section
1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained
from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco,
California, or from the Division of Apprenticeship Standards and its branch offices. .
Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which reads
as follows:
"A contractor must not discriminate in the employment of persons upon public
works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those
bases are defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise
provided in Section 12940 of the Government Code. Every contractor for public works who
violates this section is subject to all the penalties imposed for a violation of this chapter. "
10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5,
Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4
(commencing with Section 3700) of the Labor Code of the State of California, the Contractor is required to
secure the payment of compensation to his employees and must for that purpose obtain and keep in effect
adequate Workmen's Compensation Insurance.
The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workmen's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and will comply with such provisions before
commencing the performance of the work of this contract.
11. Indemnityand id Insurance: To the fullest extent permitted by law, Contractor must indemnify,
hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and
consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses
including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be
asserted by any person or entity including Contractor, in whole or in part, arising out of Contractor's
activities hereunder, including the activities of other persons employed or utilized by Contractor including
subcontractors hired by the Contractor in the performance of this Agreement excepting liabilities due to the
active negligence of the City. This indemnification obligation is not limited in any way by any limitation
on the amount or type of damages or compensation payable by or for Contractor under Worker's
Compensation, disability or other employee benefit acts or the terms, applicability or limitations of any
insurance held or provided by Contractor and must continue to bind the parties after termination/completion
of this Agreement.
Contractor shall procure and maintain throughout the time for performance of the work under this
Structure Demolition at 100 Avram Avenue; 120 Avram Avenue
and 6750 Commerce Boulevard, Rolmert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-21
LA (/4834-0043-9827 v1
Contract the insurance required by the Special Provisions. The requirement that Contractor procure and
maintain insurance shall in no way be construed to limit the Contractor's duty to indemnify City as
provided in the paragraph above.
Failure of City to monitor compliance with these requirements imposes no additional obligations
on City and will in no way act as a waiver of any rights hereunder.
12. City Ri ht of Termination and Right to Complete the Work. The City may terminate the
Contract when conditions encountered during the work make it impossible or impracticable to proceed,
or when the City is prevented from proceeding with the Contract by act of God, by law, or by official
action of a public authority. In addition, the occurrence of any of the following is a default by
Contractor under this Contract:
A. Contractor refuses or fails to prosecute the Work or any part thereof with such
diligence as will insure its completion within the time specified or any permitted extension.
B. Contractor fails to complete the Work on time.
C. Contractor is adjudged bankrupt, or makes a general assignment for the benefit of
creditors, or a receiver is appointed on account of Contractor's insolvency.
D. Contractor fails to supply enough properly skilled workers or proper materials to
complete the Work in the time specified.
E. Contractor fails to make prompt payment to any subcontractor or for material or
labor.
F. Contractor fails to abide by any applicable laws, ordinances or instructions of City
in performing the Work.
G. Contractor breaches or fails to perform any obligation or duty under the Contract.
Upon the occurrence of a default by Contractor, the Director will serve a written notice of default
on Contractor specifying the nature of the default and the steps needed to correct the default. Unless
Contractor cures the default within 10 days after the service of such notice, or satisfactory arrangements
acceptable to City for the correction or elimination of such default are made, as determined by City, City
may thereafter terminate this Contract by serving written notice on Contractor. In such case, Contractor
will not be entitled to receive any further payment, except for Work actually completed prior to such
termination in accordance with the provisions of the Contract Documents.
In event of any such termination, City will also immediately serve written notice of the
termination upon Contractor's surety. The surety will have the right to take over and perform pursuant
to this Contract; provided, however, that if the surety does not give City written notice of its intention to
take over and perform this Contract within five days after service of the notice of termination or does not
commence performance within 10 days from the date of such notice, City may take over the Work and
prosecute the same to completion by contract or by any other method it may deem advisable for the
account and at the expense of Contractor. Contractor and the surety will be liable to City for any and all
excess costs or other damages incurred by City in completing the Work.
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-22
LA #4834-0043-9827 v l
If City takes over the Work as provided in this Section, City may, without liability for so doing,
take possession of, and utilize in completing the Work, such materials, appliances, plant, and other
property belonging to Contractor as may be on the site of the Work and necessary for the completion of
the Work.
13. Substitution of Securities for Withheld Amounts: Pursuant to California Public Contracts
Code Section 22300, securities may be substituted for any moneys withheld by a public agency to ensure
performance under a contract. At the request and sole expense of the Contractor, securities equivalent to
the amount withheld must be deposited with the public agency, or with a state or federally chartered bank as
the escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the
contract.
Securities eligible for substitution under this section must include those listed in the California
Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor
must be the beneficial owner of any securities substituted for moneys withheld and must receive any
interest thereon.
Alternatively, the Contractor may request and the City shall make payment of retentions earned
directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the
Contractor may direct the investment of the payments into securities and the Contractor shall receive the
interest earned on the investments upon the same terms provided for in Section 22300 for securities
deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive
from the escrow agent all securities, interest, and payments received by the escrow agent from. the City,
pursuant to the terms of this section.
Any escrow agreement entered into pursuant to this section must contain as a minimum the
following provisions:
a. The amount of securities to be deposited;
b. The terms and conditions of conversion to cash in case of the default of the Contractor; and
C. The termination of the escrow upon completion of the contract.
14. General Provisions
A. Authority to Execute. Each Party represents and warrants that all necessary
action has been taken by such Party to authorize the undersigned to execute this Contract and to bind it
to the performance of its obligations.
B. Assignment. Contractor may not assign this Contract without the prior written
consent of City, which consent may be withheld in City's sole discretion since the experience and
qualifications of Contractor were material considerations for this Contract.
C. Binding Effect. This Agreement is binding upon the heirs, executors,
administrators, successors and permitted assigns of the Parties.
D. Integrated Contract. This Contract, including the Contract Documents, is the
entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-23
LA 114834-0043-9827 v1
under this Contract and supersedes all other agreements or understandings, whether oral or written,
between Contractor and City prior to the execution of this Contract.
E. Modification of Contract. No amendment to or modification of this Contract will
be valid unless made in writing and approved by Contractor and by the City Council or City Manager, as
applicable. The Parties agree that this requirement for written modifications cannot be waived and that
any attempted waiver will be void.
F. Counterparts, Facsimile or other Electronic Signatures. This Contract may be
executed in several counterparts, each of which will be deemed an original, and all of which, when taken
together, constitute one and the same instrument. Amendments to this Contract will be considered
executed when the signature of a party is delivered by facsimile or other electronic transmission. Such
facsimile or other electronic signature will have the same effect as an original signature.
G. Waiver. Waiver by any Party of any term, condition, or covenant of this Contract
will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any
breach of the provisions of this Contract will not constitute a waiver of. any other provision, or a waiver
of any subsequent breach or violation of any provision of this Contract. Acceptance by City of any
Work performed by Contractor will not constitute a waiver of any of the provisions of this Contract.
H. Interpretation. This Contract will be interpreted, construed and governed
according to the laws of the State of California. Each party has had the opportunity to review this
Contract with legal counsel. The Contract will be construed simply, as a whole, and in accordance with
its fair meaning. It will not be interpreted strictly for or against either party.
I. Severability. If any term, condition or covenant of this Contract is declared or
determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining
provisions of this Contract will not be affected and the Contract will be read and construed without the
invalid, VOid or unen- rceable provision.
J. Venue. In the event of litigation between the parties, venue in state trial courts
will be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue will be in the
Northern District of California.
IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its
officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above
written.
CITY OF ROHNERT PARK <<CONTRACTOR>>
City Manager Date
Per Resolution No, <<RESO #>>adopted by the Rohnert Park
City Council at its meeting of «Month»«Day»,«Year>>.
ATTEST:
City Clerk
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA
Rohnert Park City Proj. No. 2016-02
LA #4834-0043-9827 v]
Name/Title Date
APPROVED AS TO FORM
City Attorney
Part 1: Bid Documents
Page 1-24
INSURANCE
Bidder's attention is directed to the following insurance forms and to Section 2.03 of the Special
Provisions, located on Pages 2-1 through 2-6 in the Special Provisions section. It is highly
recommended that bidders confer with their respective insurance carriers or brokers to determine
in advance of bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. Failure to comply strictly with the insurance requirements may
result in forfeiture of the bid security and withdrawal of the bid proposal.
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-25
LA #4834-0043-9827 vl
CERTIFICATE OF INSURANCE ISSUE DATE MM/DD/YY)
CITY OF ROHNERT PARK (the "City")
PRODUCER
THIS CER7IFICA7E OP INSURANCE IS N07 AN INSURANCE POLICY AND DOES NOT
AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.
BEST'S
COMPANIES RATING
COMPANY
LETTER A
COMPANY
LETTER B
INSURED
COMPANY
LETTER C
COMPANY
LETTER D
COMPANY
LETTER E
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVEN BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
P 11 OLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MMIDD/YY)
ALL LIMITS IN THOUSANDS
GENERAL AGGREGATE $
-
GENERAL LIABILITY
PRODUCTS-COMP/OPS AGGREGATE $
PERSONAL &—DV
PERSONAL 8 ADVERTISING INJURY S
COMMERCIAL GENERAL LIABILITY
CLAIMSMADE OCCUR.
OWNER'S & CONTRACTOR'S PROT,
....__ ...............�.............-.... .....__-...�__...
EACH OCCURRENCE S
FIRE DAMAGE (Any one fire) $
OTHER
MEDICAL EXPENSE (Any ono person) $
AUTOMOBILE LIABILITY
COMBINED
SINGLE LIMIT $ .-..............-.--.
BODILY INJU--..-.JU -..--
RY
(Per porsoN
ANY AUTO
ALL OWNED AUTOS
SCHEDULEDAUTOS
HIRED AUTOS
NON -OWNED AUTOS
BODILY INJURY
(Por acddenp S
PROPERTY, DAMAGE
GARAGE UABIUTY
EXCESS LIABILITY
EACH OCCURRENCE $
AGGREGATE $
UMBRELLA
OTHERTHAN UMBRELLA FORM
STATUTORY
EACH ACCIDENT $
WORKER'S COMPENSATION
AND
DISEASE-POUCY LIMIT . S
EMPLOYERS' LIABILITY
DISEASE -EACH EMPLOYEE $
PROPERTY INSURANCE
COURSE OF CONSTRUCTION
AMOUNT OF INSURANCE
$
DESCRIPTION OF OPERATIONSILOCATIONSA/EHICLESIRE5TR(CTIONS/SPECIAL ITEMS
THE FOLLOWING PROVISIONS APPLY:
t. None of the above-described policies will be canceled until after 30 days' written notice has been given to the City at the address indicated below.
2. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are added as insureds on all liability insurance policies listed above.
3. It is agreed that any insurance or self-insurance maintained by the City will apply in excess of and not contribute with, the insurance described above.
4. The City is named a loss payee on the property insurance policies described above, if any.
5. All rights of subrogation under the property insurance policy listed above have been waived against the City.
6. The workers' compensation insurer named above, if any, agrees to waive all rights to subrogation against the City for injuries to employees of the insured resulting
from work for the City or use of the City's premises or facilities.
CERTIFICATE HOLDER/ADDiTIONAL INSURED
AUTHORIZED REPRESENTATIVE
CITY OF ROHNERT PARK
SIGNATURE
130 AVRAM AVENUE
TITLE
ROHNERT PARK, CA 94928
PHONE NO.
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-26
LA #4834-0043-9827 v1
Rev. 11/00
INSURERISO FORM CG 20 10 11 85 (MODIFIED)
POLICY NO: COMMERCIAL GENERAL LIABILITY
ENDORSEMENT NO:
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Organization:
The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are
named as additional insured.
(If no entry appears above, the information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement).
WHO IS INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule but only with respect to liability arising out of "your work"
performed for that insured.
1. The insured scheduled above includes the insured's elected or appointed officers, officials,
employees, agents and volunteers.
2. This insurance must be primary as respects the insured shown in the schedule above, or if excess,
must stand in an unbroken chain of coverage excess of the Named Insured's scheduled underlying
primary coverage. In either event, any other insurance maintained by the Insured scheduled above
must be in excess of this insurance and must not be called upon to contribute with it.
3. The insurance afforded by this policy must not be canceled except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the Entity.
Coverage must not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insurance would be invalid'
under Subdivision b of Section 2782 of the Civil Code.
Signature -Authorized Representative
Address
CG 20 10 11 85 Insurance Services Office, Inc. Form (Modified)
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-27
LA #4834-0043-9827 vl
SUBMIT IN DUPLICATE
AUTOMOBILE LIABILITY SPECIAL ENDORSEMENT
ENDORSEMENT NO.
ISSUE DATE(MM/DD/Y1)
FOR CITY OF ROHNERT PARK (the "City")
PRODUCER
POLICY INFORMATION:
Insurance Company:
Policy No.:
Policy Period: (from) (to)
LOSS ADJUSTMENT EXPENSE Included in Limits
In Addition to Limits
Deductible Self -Insured Retention (check which) of S
Telephone
NAMED INSURED
APPLICABILITY. This insurance pertains to the operation and/or tenancy of the named
insured under all written agreements and permits in force with the City unless checked here tia in
which case only the following specific agreements and permits with the City are covered:
CITY AGREEMENTS/PERMITS
TYPE OF INSURANCE
OTHER PROVISIONS
COMMERCIAL AUTO POLICY
BUSINESS AUTO POLICY
OTHER
LIMIT OF LIABILITY
CLAIMS: Underwriter's representative for claims pursuant to this insurance.
Name:
Address:
$ per accident, for bodily injury and property damage.
Telephone: f 1
In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1. INSURED. The City of Rohnert Park, its officers, elected officials, employees, agents and volunteers are included as insureds with regard to damages and defense of
claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, teased, hired or borrowed by the Named Insured, or for
which the Named Insured is responsible.
2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy must: (a) be
primary insurance as respects the City, its officers, officials, employees, agents or volunteers: or (b) stand in an unbroken chain of coverage excess of the Named
Insured's primary coverage. Any insurance or self-insurance maintained by the City, its officers, officials, employees and volunteers must be excess of the Named
Insured's insurance and not contribute with it.
3. CANCELLATION NOTICE. With respect to the interests of the City, this insurance must not be cancelled, except after thirty 30) days prior written notice by receipted
delivery has been given to the City.
4. SCOPE OF COVERAGE. This policy affords coverage at least as broad as:
(1) If primary, Insurance Services Office form number CA0001 (Ed, 1/87), Code 1 ("any auto"). or
(2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding section (1).
Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement
is attached.
ENDORSEMENT HOLDER
CITY
AUTHORIZED b Broker/Agent lo Underwriter 'L�.
REPRESENTATIVE
I (print/type name), warrant that I have
CITY OF ROHNERT PARK
authority to bind the above-mentioned insurance company and by my
130 AVRAM AVENUE
signature hereon do so bind this company to this endorsement.
ROHNERT PARK, CA 94928
Signature
(original signature required)
Telephone: ( ) Date signed:
REV, 11,108
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part l: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-28
LA #4834-0043-9827 v
SUBMIT IN DUPLICATE
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY
ENDORSEMENT NO.
ISSUE DATE(MM/DDfYy)
SPECIAL ENDORSEMENT
FOR CITY OF ROHNERT PARK (the "City")
PRODUCER
POLICY INFORMATION:
Insurance Company:
Policy No-
Policy Period: (from) (to)
OTHER PROVISIONS
Telephone
NAMEDINSURED
CLAIMS: Underwriter's representative for claims pursuant to this insurance.
EMPLOYERS LIABILITY LIMITS
Ngmg.
$ (Each Accident)
Address:
f (Disease -Policy Limit)
5 (Disease - Each Employee)
Telephone: { )
In consideration of the premium charged and notwithstanding an inconsistent statement in the policy to which this endorsement is attached or any endorsement now or
hereafter attached thereto, it is agreed as follows:
1, CANCELLATION NOTICE. This insurance must not be cancelled, except after thirty (30) days prior written notice by receipted delivery has been given to the City.
2. WAIVER OF SUBROGATION. This insurance Company agrees to waive all rights of subrogation against the City, its officers, officials, employees, agents and
volunteers for losses paid under the terms of this policy which arise from the work performed by the Named Insured for the City.
Except as stated above nothing herein must be held to waive, alter or extend any of the limits, conditions, agreements or exclusions of the policy to which this endorsement
is attached.
ENDORSEMENT HOLDER
CITY
AUTHORIZED a Broker/Agent Vg Underwriter u�
REPRESENTATIVE
I (print/type name), warrant that I have
CITY OF ROHNERT PARK
authority to bind the above-mentioned insurance company and by my
130 AVRAM AVENUE
signature hereon do so bind this company to this endorsement.
ROHNERT PARK, CA 94928
Signature
(anginal signature required)
Telephone: ( ) Date signed,
KCV, I I/vo
Structure Demolition at 100 Avram Avenue, 120 Avram Avenue
and 6750 Commerce Boulevard, Rohnert Park, CA Part 1: Bid Documents
Rohnert Park City Proj. No. 2016-02 Page 1-29
LA #4834-0043-9827 v1
EXHIBIT "B"
AMENDMENT NO. 2 TO
TASK ORDER NO. 2016-01
CITY OF ROHNERT PARK
AND
GHD INC.
AUTHORIZATION OF ADDITIONAL ENGINEERING SERVICES
FOR STRUCTURE DEMOLITION AT CITY -OWNED PARCELS
SECTION 1— PURPOSE
The purpose of this Task Order is to authorize and direct GHD INC. 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 GHD INC. ("Consultant") dated
February 08, 2011, Task Order No. 2016-01 dated February 3, 2016 and Amendment 1 to Task
Order No. 2016-01 dated May 11, 2016.
SECTION 2 — SCOPE OF WORK
The additional items authorized by this Amendment No. 2 to Task Order No. 2016-01 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 I above. The additional cost for the additional services as set
forth in SECTION 2 above 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 Exhibit "B" thereto for an amount not -to -exceed Twenty Five Thousand Five Hundred
Ninety Four Dollars ($25,594.00).
Total compensation under this Task Order, as amended, with this Amendment No. 2 shall
not exceed Seventy One Thousand Two Hundred Sixty Nine Dollars ($71,269.00).
SECTION 4 — TIME OF PERFORMANCE
The work described in SECTION 2 shall be completed by August 31, 2016, or as
extended by the City Manager in writing.
SECTION 5 — TERMS AND CONDITIONS
All terns and conditions contained in the MASTER AGREEMENT for professional
services between City and Consultant are incorporated by reference and, except as expressly
amended by this Amendment No. 2, remain in full force and effect.
Approved this day of )2016.
Signatures on Next Page
CITY OF ROHNERT PARK
Darrin Jenkins, City Manager (Date)
Per Purchasing Policy 441.1.5 adopted by
Resolution 2012-22
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
GHD INC.
William Silva, P.E., Principal (Date)
Theodore B. Whiton, P.E., Principal (Date)
ATTACHMENT A
Mom
May 4, 2016
Mr. Bryce Atkins
Senior Analyst
City of Rohnert Park
130 Avram Avenue
Rohnert Park, CA 94928
Ref: 111038002
RE; Contract Amendment for Professional Services for Structure Demolition at 100 Avram
Ave., 120 Ave. Ave. and 6750 Commerce Blvd.
Dear Bryce,
GHD, Inc. is pleased to provide this proposal for professional services for Structure Demolition at 100
Avram Avenue, 120 Avram Avenue and 6750 Commerce Boulevard. The project includes demolition of
existing buildings at three parcels within the City of Rohnert Park (City), adjacent to City Hall.
The project site includes three vacant former commercial/administrative buildings. Areas of the project
site are to be impacted during asbestos abatement work which will proceed structure demolition work, as
shown in the construction documents produced by GHD and dated April 20, 2016. The areas of the
project site where asbestos abatement will occur as shown on the referenced plans shall herein be
defined as the project site for purposes of the proposed scope of work related to asbestos abatement.
Project Understanding
The City has requested a proposal for bid phase and engineering support during construction for the
subject project as outlined in our scope of work, including attendance at project meetings, answering
questions during bid and construction, submittal review and specific observation and docurnentation of
abatement work.
GHD will perform observation of abatement work, contractor submittal review post -abatement air
monitoring, and close-out project report production in association with the project site abatement work.
The observation work will be conducted for the purpose of documenting general compliance with the
California Department of Industrial Relations, Division of Occupational Safety and Health (Cal/OSHA)
regulations governing asbestos impaction.
The work is limited to the specific locations, features and finishes of the project site planned to be
impacted by abatement work as shown in the project construction documents.
Scope of Work
Task 1 - Project Management
This task includes project administration, coordination, kick-off and review meetings, environmental
review and quality control as stated in the following sub -sections:
GHD Inc. 2235 Mercury Way Suite 150 Santa Rosa CA 95407 USA
T 1 707 523 1010 F 1 707 527 8679 E santarosa@ghd.com W mAv.ghd.com
Task 1.1 Internal Coordination and Administration
• Budget and schedule tracking
• Provide project and contract oversight
Task 2 — Engineering Support during Construction
This task includes office engineering and coordination during construction of project. This scope of
services assumes that the City will cover construction observation and management of the project (a.k.a.,
daily inspection and CM) except as noted in Task 4.
Task 2.1 Pre -Construction Meeting
• Attend one (1) pre -construction meeting
Task 2.2 Submittals
• Coordinate, manage, and review of the following submittals:
o Pre -Abatement Submittals
o Post -Abatement Submittals
o Lead Submittals
o Project Closeout Submittals
• Provide technical review and response.
It is assumed that the City will handle and review all submittals (Section 01330, 1.02A) other than those
specifically listed in this Task 2.2.
Task 2.3 Request for Information (BFI's)
• Coordinate, manage and review up to three (3) Requests for Information (RFI's), — including
technical/engineering assistance and review, maintaining logs, prepare, transmit and coordinate
with other parties to develop responses.
Task 3 — Onsite Observation and Monitoring
For each of the tasks involving onsite asbestos abatement, GHD will conduct sporadic site visits
immediately prior to, during and/or after active asbestos work by the contractor at the project site. GHD
will document contractor observations made during these site visits and this documentation will be
included in final project report issued to the City.
GHD contractor observation spot-check site visits shall generally be conducted during the time the
contractor is actively performing asbestos impaction. GHD will produce daily site activity logs and project
regulatory compliance checklists to document contractor work. GHD will be onsite for a small portion of
the time the contractor is actively impacting asbestos material and will not be onsite continuously during
abatement work.
Task 3.1 100 Avram Avenue
N
GHD will conduct the following site visits and air sampling events in association with this task:
Onsite Work
Site Visits
(up to #
Estimated
Number of
Samples per
Interior
Total Air
Samples (up
to #_
Estimated
days)
Containments
Containment
samples)
Observation
2
1 Exterior
0 (no interior
0
Post -Abatement Air
Observation 2
3 Interior
4 Exterior
containments)
15
Sam ling
0
Total
2
Total 4
Observation site visits to be conducted during active asbestos work to observe and document contractor
work and regulatory compliance.
Note:
It is assumed that a single Class II (not enclosed) containment will be constructed to contain the
abetment work associated with the roof of this site.
Note: as no negative pressure containments are anticipated, work at this site does not include
post -abatement air sampling.
Task 3.2 920 Avram Avenue
GHD will conduct the following site visits and air sampling events in association with this task:
• Observation site visits, excluding time to complete post -abatement air monitoring, to be
conducted during active asbestos work to observe and document contractor work and regulatory
compliance.
• It is assumed that up to three negative pressure containments will be constructed to contain
the abetment work associated with this project. It is further assumed that all asbestos -
material within the containments will be removed prior to air sampling.
• Air sampling is to include up to 15 Transmission Electron Microscopy (TEM) samples, five per
containment. Laboratory analysis of these samples will be performed by an accredited laboratory
using AHERA methodology on a 24-hour turnaround time.
Task 3.3 6750 Commerce Blvd
GHD will conduct the following site visits and air sampling events in association with this task:
r
Tota! Air
Site Visits
Estimated
Samples per
Samples
Onsite Work (up to #
Number of
Interior
to #
days)
Containments
Containment
samples)
Observation 2
3 Interior
4 Exterior
5
15
Post -Abatement Air
Sampling 2
Total 4
— --....._._. _.._
w..........
• Observation site visits, excluding time to complete post -abatement air monitoring, to be
conducted during active asbestos work to observe and document contractor work and regulatory
compliance.
• It is assumed that up to three negative pressure containments will be constructed to contain
the abetment work associated with this project. It is further assumed that all asbestos -
material within the containments will be removed prior to air sampling.
• Air sampling is to include up to 15 Transmission Electron Microscopy (TEM) samples, five per
containment. Laboratory analysis of these samples will be performed by an accredited laboratory
using AHERA methodology on a 24-hour turnaround time.
Task 3.3 6750 Commerce Blvd
GHD will conduct the following site visits and air sampling events in association with this task:
_._._........ .......
_.. ........... ........
Total Air
Site Visits
Estimated
Samples per
Samples (up
Onsite Work
(up to #
Number of
Interior
to #
days)
...
Containments
Containment
sam les}
Observation
3
2Interior
1 Exterior
5
10
Post -Abatement Air
.I
Total_.....
5
...... ...... ,.._............
— _...
...._ _
Observation site visits, excluding time to complete post -abatement air monitoring, to be
conducted during active asbestos work to observe and document contractor work and regulatory
compliance.
o It is assumed that up to two negative pressure containments will be constructed to
contain the abetment work associated with this project. It is further assumed that all
asbestos -material within the containments will be removed prior to air sampling.
• Air sampling is to include up to 10 Transmission Electron Microscopy (TEM) samples, five per
containment. Laboratory analysis of these samples will be performed by an accredited laboratory
using AHERA methodology on a 24-hour turnaround time.
Task 3.4 Final Project Report Production
GHD will produce a single final project report coving all abatement observed in association with this
proposal after the completion of abatement tasks
Deliverables
• Laboratory Data Transmittal
o GHD will submit the post -abatement TEM laboratory analytical report(s) at the completion
of abatement within each containment with a brief written data interpretation to the City
via email upon receipt from the laboratory by GHD. This email will serve as a data
transmittal only and will not include a sample location map or regulatory discussion of
asbestos.
• Final Project Closeout Report
o GHD will produce a single final written report, documenting abatement work at the project
site coving each of the asbestos abatement tasks noted above. This report will be
produced after the completion of all asbestos-related work. The final written report will be
produced in association with the work proposed herein and a single bound hardcopy and
an electronic copy of each report shall be submitted to the City.
The final report will include the following information and items:
1. Introduction providing an synopsis of the abatement project
2. Project site description
3. Abatement contractor information
4. Discussion of air sampling methodology
5. Project discussion
6. Contractor documents, including pre- and post -abatement submittal packages
4
Womm",
7. Completed GHD daily project logs and GHD observation checklists
8. Conclusion
9. Appendices, including the following items:
a. Project Specifications
b. Pre -Abatement Contractor Submittal Package
c. Contractor Observation Regulatory Compliance Documentation
d. Figures
e. Laboratory Data
f. Post -Abatement Contractor Submittal Package
Q. Personnel Certifications
Project Terms and Assumptions
This scope of work is offered with the following terms and assumptions that are applicable to all tasks,
unless noted, and shall additionally define GHD's scope of work for this project:
1. It is assumed that contractor submittal review will include up to two rounds of pre -abatement
submittal review and a single round of post -abatement submittal review.
2. It is assumed that GHD onsite observation of abatement contractor work will be limited to
asbestos abatement and GHD's observation scope will not include lead -impaction work.
3. Air sampling within negative pressure containments are to be conducted using five TEM sampling
cassettes and aggressive sampling methods (fan(s), leaf -blower) per containment. It is assumed
that the number of air sampling events denoted herein is sufficient to clear all contractor
abatement areas.
4. It is assumed that all containments where post -abatement air sampling is to be conducted will be
maintained by the contractor under negative pressure until air sample laboratory results meeting
the release criteria have been received by GHD and transmitted to the City.
5. it is assumed that the contractor will have access to all abatement areas within the scope of this
task and work in each area.
6. It is assumed that the contractor will be able to complete all work associated with this task
through a single equipment mobilization and demobilization (excluding personnel
arrival/departure).
7. It is assumed that active abatement will occur on consecutive weekdays (Monday through Friday)
during regular construction hours (0700 to 1700).
8. It is assumed that no perimeter air sampling is to occur in association with this project.
9. It is assumed a single abatement contractor is to perform the work specified in this proposal.
10. It is assumed that the abatement contractor's containment(s) and regulated area(s) constructed
for each task will enclose an area sufficient to remove the largest amount of hazardous materials
given the existing conditions at the site (i.e. containments will be constructed to maximize the
abatement scope that can be accomplished within a single containment, thereby minimizing the
total number of containments).
11. Access to all areas of the project site is to be provided by the City and/or abatement contractor as
needed by GHD to complete this scope of work in the specified time and within the specified
number of site visits.
12. Electrical power and lighting is to be provided to GHD by contractor and/or the City, as needed, to
complete post -abatement air sampling within applicable containments at the conclusion of
contractor's abatement work.
13. If additional site visits and/or samples are necessitated to complete the project, such work may be
performed, as authorized in writing by the City, on a time and materials, as needed, basis at the
established labor rates and laboratory costs.
14. GHD work excludes services not explicitly included in this proposal or the Fee Estimate
(Appendix A).
Fee Estirnate
The estimated time and materials for professional services is $25,594. A fee breakdown is included as an
attachment.
Closing
It is assumed that upon agreement of the scope of work for the professional services for this contract
amendment, GHD will be issued an amendment on our existing task order or issued a new task order for
this project. The Notice to Proceed will be the date of written authorization by the City to proceed, which
may pre -date City execution of the professional services agreement.
If you have any questions or comments regarding this proposal, please feel free to call Bill Silva or me at
523-1010.
Sincerely,
GHD Inc.
tJL�
Viiaredul .E., T.
Project Manager
(707) 523-1010
Attachment: Fee Breakdown
§
\
§
ujuj(
[
&
to
§
&<+
)
&<+
ej
—--
7!
£
}
mur
1
�:D
00
CL
ui
---x
zrr77
�
/
ui
IS
\
!
{
.
-
\
�
\
)
$%
«
°-
-
rE
_
}7
]
E}2
^l\
Ul
[
I
ATTACHMENT B
Fee Schedule
2016 USA West Fee Schedule
Principals:
Environmental Scientists:
Level E
$185-205
Level A
$95-105
Level F
$220-250
Level B
$110-120
Level C
$125 —130
Associates:
Level D
$130 —145
Level D
$160-170
Level E
$160 —175
Level E
$180— 195
Level F
$195 —205
Level F
$215-240
Industrial Hygienists /
Specialist:
Safety Professionals:
Level B
$170
Level A
$105
Level C
$180
Level B
$115 —120
Level D
$190
Level C
$125 —135
Level E
$210-230
Level D
$145-160
Level F
$250
Level E
$170— 180
Engineers:
Technicians/Technologists:
Level A
$110-115
Level A
$80
Level B
$115-125
Level B
$95
Level C
$135 —145
Level C
$110-115
Level D
$150 —165
Level D
$120 —135
Level E
$175 —195
Level E
$140 —155
Level F
$210— 235
Levell'
$170-190
Geologists/Hydrogeologists:
Draft/CADD:
Level A
$110
Level A
$75
Level B
$120
Level B
$85— 90
Level C
$130-150
Level C
$95
Level D
$155 —180
Level D
$110-120
Level E
$185 —200
Level E
$125 —155
Level F
$210
Level F
$165
Environmental Planners:
Technical Apprentices:
$80-90
Level A
$115
Level B
$125
Intern:
$73.00
Level C
$130
Level D
$135 —150
Administrative Support:
$62.00
Level E
$160 —190
Level F
$205 —210
Environmental Chemists:
Level A
$115
Level B
$125
Level C
$130
Level D
$135 —150
Level E
$160 —190
0
Fee Schedule
2016 USA West Fee Schedule
Employee time will be billed in accordance with the fees listed above. These rates are subject to
change on a semi-annual basis. For other than professional employees, time spent over 8 hours
per day, time spent on swing shifts, and time spent on Saturdays will be charged at 1.5 times
the hourly billing rate. Work on Sundays will be charged at 2.0 times the hourly billing rate and
holiday work will be charged at 2.5 times the hourly billing rate. All field personnel charges are
portal to portal. Professional employees will not be charged out at premium charge rates for
overtime work.
Expenses and other similar project related costs are billed out at cost plus 15%. The cost of
using equipment and specialized supplies is billed on the basis of employee hours dedicated to
projects. Our rates are:
A. Office consumables: $6.00/hr
B. Environmental Dept/Construction Inspector consumables: $11.00/hr
C. Survey Field consumables: $15.00/hr
D. Various Environmental, Construction and Land Surveying equipment: At market B. C. D.
Payment for work and expenses is due and payable upon receipt of our invoice. Amounts
unpaid thirty (30) days after the issue date of our invoice shall be assessed a service charge of
one and one half (1.5) percent per month.
(`) These rates do not apply to forensic -related services, or to work for which Prevailing Wage obligations exist. It is the responsibility of the client to
notify GHD Inc in writing if Prevailing Wage obligations are applicable, in which case the fees will be adjusted proportionate to the increase in labor
cost.