HomeMy WebLinkAboutSHN Consulting Engineers & Geologists, Inc. 2009-09-21AGREEMENTFOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into thist day of
~ 009, by and
between the CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and SHN
CONSULTING ENGINEERS & GEOLOGISTS, INC., a corporation organized and in good
standing under the laws of the State of California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires Construction Inspection Services related to the Orchard Avenue Bridge and
Related Street Improvements Project in Ukiah, California.
b. Consultant represents that it has the qualifications, skills, experience and properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "A", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2 Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services in accordance with the time requirements set forth in the Scope-of-Work.
Consultant shall complete the work to the City's reasonable satisfaction; even if contract
disputes arise or Consultant contends it is entitled to further compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
\\w i l lits\Proj ects\Z 009\409060-O rc 6ardAve Bridge\300-Co ns tructionHispec tion Services\PUBS\agr\lnspec tion ServicesAgr. doc
PAGE I OF 7
exceed a guaranteed maximum dollar amount of $92,775.00. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope-of-Work as set forth in the attached Attachment A,
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for same shall be as set
forth in Attachment A. Consultant shall complete the Scope-of-Work for the not-to-
exceed guaranteed maximum, even if actual time and expenses exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amount shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation sufficient to enable City
to determine progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor.
Consultant is an independent contractor and is solely responsible for its acts or
omissions. Consultant (including its agents, servants, and employee) is not the City's
agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venture, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relations of employer
and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal governnment and shall funish and
pay worker's compensation insurance, unemployment insurance and any other benefits
\\w i I I i ts\Proj ects\2009\409060-Orc hardAve Bri dge\300-Constructio nInspection Service sTUBS\agr\Inspection Services Agr. doc
PAGE 2 OF 7
required by law for Consultant and Consultant's employees, if any. Consultant agrees to
indemnify and hold City and its officers, agents and employees harmless from and
against any claims or demands by federal, state or local government agencies for any
such taxes or benefits due but not paid by Consultant, including the legal costs
associated with defending against any audit, claim, demand or lawsuit.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City's
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within ten (10) days of being notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liabilitv. Without limiting Consultant's obligations arising under Paragraph
6.2 Consultant shall not begin work under this Agreement until it procures and maintains
for the full period of time allowed by law, surviving the termination of this Agreement
insurance against claims for injuries to persons or damages to property, which may
arise from or in connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
Insurance Services Office ("ISO") Commercial General Liability Coverage
Occurrence Form No. CG 20 10 10 01 and Commercial General Liability
Coverage - Completed Operations Form No. CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant's
profession. Architects' and engineers' coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
General Liabilitv: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work performed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
\\w i I I i ts\Projects\2009\409060-0 re hardAve Bri d ge\300-Co nstructionI nspection S ervices\PUB S \agr\I nspectionServices Agr. doc
PAGE 3 OF 7
2. Automobile Liabilitv: $1,000,000 combined single limit per accident for
bodily injury and property damage.
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions Liabilitv: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
General Liability and Automobile Liability Coverages
a. The City, its officers,- officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant for the full period of time allowed by
law, surviving the termination of this Agreement. The coverage
shall contain no special limitations on the scope-of-protection
afforded to the City, its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
C. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Employers Liability Coverage
\\w i ll i ts\Proj ects\2009\409060-Orc hardAve Bri dge\3 00-Constructio nI nspec do n Services\PUB S\agr\Inspecti onSe rvicesAgr. doc
PAGE 4 OF 7
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement. The policy period shall extend from
11/21/09 to 11/21/11.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, cancelled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation-related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverage required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, the cost of insurance becomes part of the compensation due the
contractor after notice to Consultant that City has paid the premium.
G. Subcontractors
Consultant shall include all subcontractors or sub-consultants as insured under
its policies or shall furnish separate certificates and endorsements for each
subcontractor or sub-consultant. All coverage for subcontractor or sub-
consultants shall be subject to all insurance requirements set forth in this
Paragraph 6.1.uses subcontractors or sub-consultants, it shall cover them under
its polices or require them to separately comply with the insurance requirements
set forth in this Paragraph 6.1.
\\w i llits\Proj ects\2009\409060-Orchard Ave Bridge\300-Construc tionInspec do n Service s\PUBS\agr\Inspecti on ServicesAgr. doc
PAGE 5 OF 7
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant in the performance of services under this contract by
Consultant, but this indemnity does not apply to liability for damages for death or bodily
injury to persons, injury to property, or other loss, arising from the sole negligence, willful
misconduct or defects in design by the City, or arising from the active negligence of the
City.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned
and become the property of the City upon their creation and shall be given to City
immediately upon demand and at the completion of Consultant's services at no
additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A".
All documents produced by Consultant shall be furnished to City in digital format and
hardcopy. Consultant shall produce the digital format, using software and media
approved by City.
7.3 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.4 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
7.7 Severability. If any term of this Agreements is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.8 Modification. No modification of this Agreement is valid unless made with the
agreement of both parties in writing.
7.9 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or subcontract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
7.10 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
7.12 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to
complete the project for which Consultant was retained. A party shall notify the other
party of any alleged breach of the Agreement and of the action required to cure the
breach. If the breaching party fails to cure the breach within the time specified in the
notice, the contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
\\w it 1i ts\Proj ects\2009\409060-OrchardAveBri dge\300-Constructioni nspectionService s\PUBS\agr\1nspec ti on S ervicesAgr. doc
PAGE 6 Or 7
termination is given to Consultant. City shall pay the Consultant only for services
performed and expenses incurred as of the effective termination date. In such event,
as a condition to payment, Consultant shall be entitled to receive just and equitable
compensation for any work satisfactorily completed hereunder, subject to off-set for any
direct or consequential damages City may incur as a result of Consultant's breach of
contract.
7.13 Duplicate Originals. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. When so signed, each such document shall
be admissible in administrative or judicial proceedings as proof of the terms of the
Agreement between the parties.
8.0 Notices. Any notice given under this Agreement shall be in writing and deemed given
when personally delivered or deposited in the mail (certified or registered) addressed to
the parties as follows:
CITY OF UKIAH
DEPT. OF PUBLIC WORKS
WATER/SEWER DIV.
300 SEMINARY AVENUE
UKIAH, CALIFORNIA 95482
SHN CONSULTING ENGINEERS &
GEOLOGISTS
THOMAS M. HERMAN, PLS
335 S. MAIN STREET
WILLITS, CALIFORNIA 95490
10.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
A
BY:
,r
Date
PRINT NAME:
94-2571944
IRS IDN Number
CITY OF UKIAH
BY:
JA CHAMBERS, CITY MANAGER Date
ATTEST
BY:
J]JJANNE CURRIE, CITY CLERK Date
\\w i l l i is\Projects\2009\409060-0 rcllardA veBri d ge\300-Co nstractionInspection S ervices\PU B S \agr\lnspectio nServ ices Agr. doc
PAGE 7 Or 7
CERTIFICATE OF LIABILITY INSURANCE OP ID MT DATE (MM/DD/YYYY)
SHNCO-1 09 21/09
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER F INFORMATIO
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Van Oppen & Co. 2 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
1600 Glenarm Place, Suite 2009 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Denver CO 80202
Phone: 303-986-0822 Fax: 303-232-6738 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER A: Steadfast Insurance Co. 26387
INSURER B: Hartford Fire Ins. Co. 19682
SHN Geologists, Consulting Inc. Engineers & INSURER C: National Union Fire Ins. Co. 02351
Geologists, W. Wabash Ave. INSURER D:
Eureka CA 95501
INSURER E:
COVERAGES
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 THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM/DDIYYYY
POLICY EXPIRATION
DATE MM/DD/YYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$1,000,000
A
X
COMMERCIAL GENERAL LIABILITY
GPL5432561-05 -
07/01/09
07/01/10
AMA I U HEN
PR
EMISES(Eaoccurence)
$100,000
CLAIMS MADE F;7r OCCUR
MED EXP (Any one person)
s5,000
PERSONAL & ADV INJURY
$1,000,000
X
CPL
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
s2,000,000
X POLICY ECT LOC
AUT
OMOBILE LIABILITY
COMBINED SINGLE LIMIT
$ 1 000 000
B
X
ANY AUTO
57UENUO5954
07/01/09
07/01/10
(Ea accident)
~ r
ALL OWNED AUTOS
BODILY INJURY
P
$
SCHEDULED AUTOS
er person)
(
X
HIRED AUTOS
BODILY INJURY
$
X
NON-OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN EA ACC
$
AUTO ONLY: AGG
$
EXCESS / UMBRELLA LIABILITY
EACH OCCURRENCE
$ 1 , 000 , 000
C
X OCCUR E]CLAIMSMADE
EBU018154472
07/01/09
07/01/10
AGGREGATE
$1,000,000
DEDUCTIBLE
$
X
RETENTION $ 0
$
WOR
KERS
COMPENSATION
-
AND
EMPL
OYERS' LIABILITY
TORY LIMITS ER
Y I N
ANY PROPRIETOR/PARTNER/EXECUTIVE[::]
OFFICERIMEMBER EXCLUDED?
EXCESS POLICY OVER GL,
E.L. EACH ACCIDENT
$
(Mandatory in NH)
CPL, AUTO AND PROF
E.L. DISEASE - EA EMPLOYE
$
If yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE - POLICY LIMIT
$
OTHER
A
Professional
GPL5432561-05
07/01/09
07/01/10
Limit $1,000,000
Liability
"CLAIMS MADE"
Aggregate $2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
RE: Construction Inspection Services, #409060.300. City of Ukiah
Orchard Avenue Bridge and Related Street Improvements Project. The City,
its officers, officials, employees and volunteers are named as Additional
Insured for General Liability. Coverage is primary and non-contributory and
a Waiver of Subrogation applies.
CERTIFICA I E HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
City of Ukiah NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Dept. of Public Works IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
Water/Sewer Division
300 Seminary Avenue REPRESENTATIVES.
Ukiah CA 95482 AUTHO RESENTATIVE
25
The ACORD name and logo are registered marks of ACORD
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.
25
EXHIBIT A
Orchard Avenue Bridge Improvements Project •
r
T
_
.:,mac
~ }`3 F~V5 Y _ ~.j`~..
W
~ ~ ~ Sri
$
2'B9t• F',.:.~ p,
A.~,
~ c~
•
n
Prepared for:
City of Ukiah
Prepared by:
CONSULTING ENGINEERS & GEOLOGISTS, INC.
335 S. Main St. i Willits, CA 95490-3907 •707.459.4518 • Fax: 707.459.1884
409000.067
August 2009
Table of Contents
Letter of Interest ..................................................................................................................................2
Introduction 4
Scope of Services .................................................................................................................................6
Personnel 7
References ..............................................................................................................................................9
Proposed Fee ......................................................................................................................................13
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionlnspectionServices\PUBS\agr\ExhibitA.doc E0
i
CONSUL TI LTG ENC-JNEE'RS & GEOLOGISTS, INC.
335 S. Main Street a Willits, CA 95490 s 707-459-4518 -f=ax 707-459-1884 * willitsinfo@shn-engr.com
Reference: 409000.067
August 7, 2009
City of Ukiah Public Works Department
Attn: Ann Burck
Deputy Director of Public Works
411 West Clay Street
Ukiah, CA 95482
Subject: Proposal to Provide Construction Inspection Services for the Orchard
Avenue Bridge and Related Street Improvements Project
Dear Ms. Burck:
Thank you for this opportunity for SHN Consulting Engineers & Geologists, Inc. (SHN), to
offer the following Proposal to provide Construction Inspection services for the City of
Ukiah's Orchard Avenue Bridge and Related Street Improvements Project (Project).
For over 25 years, SHN and its predecessor, T.M. Herman and Associates, have provided a
complete range of services for improvement projects for private and public clients in
northern California. For approximately nine years, our firm has had a relationship with the
City of Ukiah (City) to perform services as City Surveyor, and to provide engineering
design services. Our staff provides construction inspection services on projects designed
by SHN and by others, and for owners and contractors alike. We are currently providing
inspection services on the Soda Bay Road Realignment for the County of Lake, and the
Downtown Streetscape Project for the City of Fort Bragg. We have recently completed
construction inspection services for the Northern Circle Indian Housing Authority's
residential subdivision for the Sherwood Valley Band of the Porno Indians, Covelo
Community Services District's Wastewater Collection System, and the Willits Wastewater
Treatment and Water Reclamation Project, Stage One.
It is our goal to add value to the Project by providing full time, on site construction
inspection services to assure the City that the Project is constructed in compliance with the
Project plans and specifications and consistent with current state and local construction
requirements.
In our Willits office we offer a full range of services including Civil Engineering,
Environmental Engineering, Geotechnical Engineering, Land Surveying, Construction
Management and Inspection, and a completely certified materials testing laboratory. Our
engineers, geologists, land surveyors, inspectors and testing technicians have many years
of experience and use state of the art equipment to provide our clients with the best
possible service.
\lWillits\Projects\2009\Promosl409000.067-Uki ahOrchardAveBridge\PUBS\prop120090807-Constln spection.doe
2
It is our objective to undertake each project in a well thought-out and organized mauler,
and to do it the right way the first time.
Again, thank you for considering SHN for the opportunity to provide the City of Ukiah
with Construction Inspection Services for this long awaited project.
Sincerely,
SHN Consulting Engineers Geologists, Inc.
Thomas M. Herman, Regional Manager
TMH:alh
4cillitsPrt)jects?UU91Prcimos~409000,067-UkiahOrclrardAy Bridge,PUBS,Pro;, ij~,7-G:onstIiisptetion.doe Ztf~
3
Introduction
SHN Consulting Engineers & Geologists, Inc. (SHN) was
founded in 1979 to meet the engineering needs of both the
public and private sector in Northern California. In 2003, SHN
merged with T.M. Herman and Associates, a full service
engineering and surveying company serving Lake and
Mendocino Counties. SHN has grown in concert with
progressive technologies, positioning itself for innovation and
expansion, while remaining committed to its founding
philosophy. SHN is dedicated to contributing to a socially
responsible, dynamic, and rewarding environment for its
clients, employees, and community. SHN produces high
quality work products for its clients, while providing a Testing concrete strength;
professional and challenging work experience for its employees. sxNNrareYtats TQSnngLab
Because quality is an essential element to our success, SHN's Project Managers,
Construction Managers and Field Technicians and Inspectors communicate directly and
promptly, enabling them to meet client needs effectively. SHN has worked successfully
with government and industry on a wide variety of both public and private projects
SHN's staff includes nearly 100 employees of diverse talents, education, training, and
cultural backgrounds, thus enabling SHN to offer a broad range of services.
We understand that the City is in need of daily on site construction inspection for the
construction of the Orchard Avenue Bridge and Related Street Improvements (Project). We
further understand that time is of the essence in the successful implementation and
completion of the Project. Because our Certified Construction Inspectors are based in
Willits, we are confident that we can provide the services in a timely and cost effective
manner. Should the need arise to provide additional Certified Construction Inspectors we
can draw from our staff in our Eureka office at no additional expense to the City. SHN has
implemented a comprehensive project management system that insures timely client
communications and product deliverables.
SHN's Materials Testing and Construction Inspection Division maintains dedicated
laboratories in its Eureka and Willits offices for engineering construction testing and
inspection. Our Certified Construction Inspectors are guided by a Quality Control System
based on criteria and guidelines set forth by California Department of Transportation
(Caltrans) Independent Assurance Manual, July 2005 and the Quality Assurance Program,
December 2008. Our Certified Construction Inspectors and laboratories hold the following
certifications and adhere to the following compliances:
• State of California Department of Transportation (CALTRANS) approved for
California testing procedures
• Fully accredited by the American Association of State Highway and Transportation
Officials ( AASHTO ) Accreditation Program (AAP)
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExhibitA.doc 4Y;
4
® Office of Statewide Health Planning and Development (OSPD) approved
construction materials laboratory with special inspection experience in hospital
construction
® Accepted into Division of State
Architect/Office of Regulation Services
(DSA/ORS) Laboratory Evaluation and
Acceptance (LEA) program for testing
and inspection agencies
• Enrolled in the National Institute of
Standards and Technology (KIST) '
Aggregate Materials Reference
Laboratory (AMRL) and Cement and
Concrete Reference Laboratory (CCRL)
and participates in the Proficiency Confusion Hitt Hwy 101
Sample Programs bvnass bridge
® American Concrete Institute (ACI) certified concrete
field-testing, inspectors and laboratory testing technicians. Laboratory capabilities of
400,000 pounds for compressive strength testing of concrete cylinders and masonry
blocks
Technologically-Advanced, computerized data acquisition instrumentation for Direct
Shear, Consolidation, and Unconfined Compression of soils
® International Code Council (ICC), certified construction inspectors.
SHN's Certified Construction Inspectors are highly trained in all
i
aspects of construction materials and construction compliance
testing. Our inspectors are certified by Caltrans, American
v
k4
Concrete Institute, American Association of State Highway and
Transportation Officials and International Code Council.
Because our Certified Construction Inspectors have these
qualifications they are able to provide expert construction
observation and quality control. If needed, our inspectors can
also provide Independent Assurance Testing and Inspection as
identified in the Caltrans Quality Assurance Program. Our
z~ 1
inspectors are keenly aware of the importance of their role on a
construction site and work cooperatively with the contractors,
agency inspectors and our clients.
In-field moisture density testing
\\willits\Projects\?-009\409060-OrchardAveBridge\300-ConstructionlnspectionServices\PUBS\agr\ExhibitA.doc C JLL/
5
Scope of Services
SHN is prepared to offer the uninterrupted T
fulltime onsite Certified Construction
Inspection services necessary for the
successful completion of the Project. Because
our inspectors are also highly trained in
construction materials testing, they will
provide a higher level of construction P,- =
.t
observation and quality control. SHN has
extensive experience working directly withY .
Counties, Cities and various Agencies to
produce timely and budget conscious onsite Certified Construction Inspection services.
SHN will designate an overall Project manager to schedule and assist the Project inspector.
The SHN Project manager and inspector will schedule and coordinate with representatives
of the contractor, City staff and representatives of the funding agency to meet the
requirements of the Project construction schedule and specifications.
Our Certified Construction Inspectors will prepare daily, weekly and final reports of the
construction activities, equipment and personnel and Project progress. The inspectors will
attend weekly on-site construction meetings convened by the Resident Engineer.
Attendance at these meetings will assure coordination with all Project stake holders and
provide a regular review of Project progress. During the construction process, SHN
inspectors will observe and monitor all facets of the construction process. Our Certified
Construction Inspectors will monitor and inspect the contractor's preparation of the
roadway subgrade, placement of base and pavement, placement of underground utilities
and storm drains, placement and tying of reinforcing steel, placement of concrete,
structural welding, bolt torque, construction of surface drainage facilities and final grading
for compliance with the project plans and specifications. Our inspectors will also provide
daily inspection of construction elements, job site safety, and compliance with the project
documents and the standards as set by the City. The inspectors will require that the
contractor comply with occupational health and safety standards for construction activities
and any other Federal, State and County laws that apply to the construction of the Project.
As stated previously, SRN's Certified Construction Inspectors are trained and certified in
numerous aspects of materials testing. As a result, our inspectors are fully capable of
reviewing and approving materials testing data submitted by others. Because our
inspectors can review materials testing data on-site during construction, we anticipate no
delays to the construction schedule.
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExhibitA.doc C,. ;
6
Personnel
SHN is in a unique position to provide daily onsite Certified Construction Inspection
services with our Willits staff. The primary inspector is a Ukiah resident and will be
available directly from his home to provide timely on-call service. Our Certified
Construction Inspectors are Caltrans & AASHTO certified to observe compaction testing
within the State and local rights of way and American Concrete Institute and ICC certified
to observe placement of concrete structures. Additionally, SHN inspectors have recently
worked with State and local agency inspectors on a broad range of projects in Lake and
Mendocino Counties.
SHN Certified Construction Inspectors will observe the placement of construction
materials and review testing reports for compliance with the Project plans and
specifications on a daily basis. This will allow the most effective turn around time for
material compliance data and minimize potential delays during construction.
Project Management/ Client Coordination
Diana M. Steele, P.E.
Ms. Steele has extensive construction and engineering management experience, including 6
years of municipal public works experience. As a former municipal public works director, she
has successfully worked with city councils and other department managers to implement goals
and objectives. Her experience includes budget preparation and monitoring, contract review,
design, preparation of plans and specifications, project safety planning, and construction
management and inspection.
Certified Construction Inspection.
Steven Bowser
Mr. Bowser has more than 5 years of special inspection experience on various large
commercial construction projects located within California. Special Inspections on these
projects include structural steel welding, high strength bolting, structural concrete,
structural masonry, and spray-applied fireproofing inspections. Mr. Bowser is also
Caltrans and AASHTO certified to observe and test materials involved in roadway
construction. His recent projects include construction inspection and materials testing for
the County of Lake Soda Bay Road Realignment and construction materials observation
and testing for St. Josephs and Howard Memorial Hospitals.
Steven L. Peckham
Mr. Peckham has more than 30 years of construction experience including installation of
utilities, supervising construction crews and inspection of public works projects. Steve's areas
of inspection expertise are underground water and sewer system projects, repair and re-
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionlnspectionServices\PUBS\agr\ExhibitA.doc C~fl~L/
7
construction of roadways and sidewalks. Mr. Peckham has a strong background in
construction materials such as gravel, concrete, and asphalt experience and is proficient in
reading plans and specifications. His most recent construction management assignment was
for the City of Fort Bragg on its Downtown Streetscape Project where he provided construction
observation and monitoring of the complete rehabilitation of four City streets.
Joseph M. Aufdermaur
Mr. Aufdermaur has more than 15 years of construction materials testing and biological testing
experience. He has served as Senior Technician responsible for geologic and geotechnical
boring logs, soils sampling, and materials testing. He has worked for the U.S. Department of
Agriculture, as Biological Sciences Technician in research service. In addition, Mr. Aufdermaur
has managed and coordinated research field experiments, collected plant, soil, and water
samples for analysis, and has been responsible for chemical extraction for various laboratory
procedures.
Dave Gonzales
Mr. Gonzales has more than 7 years of construction inspection and materials testing
experience. He has been primary special inspector and tester for projects that include road
subbase soils cuts and fills including Hilfiker type wall systems, base aggregates, and asphalt
materials. He has worked alongside the Federal Highway Administration on 2 projects in the
past 3 years. A competent structural concrete inspector and tester, Mr. Gonzales has special
skills in handling rebar location devices and providing drilled- in-anchorage inspections,
both epoxy installed and mechanical wedge or sleeve anchor testing. He has inspected
structural steel connections in metal building construction, including high strength bolt
testing and installation inspection. He has worked with masonry building contractors to
assure materials compliance for mortar, grout, and block.
9
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionlnspectionServices\PUBS\agr\ExliibitA.doc
8
eereces
Northern Circle Indian Housing Authority, Sherwood Valley Rancheria, Willits, CA
SHN provided consulting services for project
funding development, existing conditions and
topographic mapping, infrastructure and
roadway design, construction drawings and
specifications, construction management,
materials testing and inspection, coordination
with the funding agency and project
completion reporting for 15 residential sites for
the Sherwood Valley Band of Pomo Indians
Eastside Road Development Project.
In addition to water and sewer infrastructure
the project included roadway construction necessitating over 75,000 yards of excavation.
SHN surveyors provided the contractor with construction surveying to define the roadway
cuts and fills, many in excess of 30 feet in height. Our construction management team
provided daily reports to the Authority and the Funding Agency, monitored the project
schedule, processed pay requests and change orders, reviewed requests for information,
and provided the Authority and Funding Agency with outlay reports and the final project
close out. Our construction inspectors and testers monitored the extensive earth work and
utility trenching to assure consistency with the project specifications.
Contact: Darlene Tooley, Executive Director, Northern Circle Indian Housing
Authority, 695 Pinoleville Drive, Ukiah CA 95482; 707-468-1336
Fedco Construction Inc., Soda Bay Road Realignment, Kelseyville, CA
The County of Lake has contracted with Fedco Construction, Inc. to realign approximately
2,000 feet of Soda Bay Road to eliminate two dangerous curves. The project consists of
constructing new roadway embankment treated with lime, grinding the existing asphalt
surfacing for use as aggregate base and paving the realigned section. In conformance with
the State of California Department of Transportation Quality Assurance Program, SHN is
providing Acceptance Testing for Fedco Construction to furnish to the County of Lake
Public Works Department to assure that the project is constructed in compliance with the
project specifications.
Contact: David Weller, Superintendent, Fedco Construction, Inc., 3510 Brooks Ave.
Santa Rosa, CA 95407, 707-586-0500
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionlnspectionServices\PUBS\agr\ExhibitA.doc 4FiL1
9
Covelo Community Services District-Wastewater Collection System Improvements,
Covelo, CA
USDA Rural Development financed the recent reconstruction of over a mile of the District's
sewer collection system The sewer mains are located both in the State of California and
County of Mendocino rights of way. SHN surveyors provided detailed existing conditions
mapping and precise construction surveying for the very shallow slope sewer mains. SHN
construction inspectors provided onsite daily
_ inspection and materials compliance testing. Our
= construction management team, consisting of a
Project Engineer and a Project Funding
Compliance Specialist, coordinated with the
contractor regarding scheduling, coordinated with
w the District, Caltrans and County of Mendocino,
processed daily inspectors reports for consistency
with the project specifications, reviewed contractor
pay requests, provided the District and USDA
with outlay reports, processed change orders and performed the final project close out with
the District and USDA. The inspectors and materials testers compiled all the field and
laboratory testing reports for approval by Caltrans and the County of Mendocino.
Contact: Tim Dennis, General Manager, Covelo Community Services District, 76301
Main Street, Covelo CA. 707-983-6888
New Frank R. Howard Hospital - Construction Inspection and Compaction Testing for
Over-Excavation for Liquefaction Mitigation, Willits, CA
Based upon recommendations contained in
the Geotechnical Investigation Report for the
New Frank R. Howard Hospital prepared by
SHN, our geotechnical engineers and field
and laboratory technicians performed
construction inspection and compaction
testing for the over-excavation option for
liquefaction mitigation necessary for eventual
construction of the new hospital. The
mitigation effort consisted of the removal of
approximately 70,000 cubic yards of native
soil, mixing the soils in place, and replacing
and compacting the soil to the specifications
required in the report. Multiple soil samples were processed in the SHN Willits laboratory
to determine maximum density and moisture content. Field technicians using nuclear
moisture/ density gauges determined the relative compaction of the replaced soil at 1 foot
depth and 10 foot horizontal intervals. SHN geotechnical engineers reviewed the
compaction efforts and provided reporting to the OSHPD Inspector of Record. The project
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExhibitA.doc C._l;
10
was completed under field review of the Inspector of Record and was reviewed and
approved by OSHPD.
Contact: Samuel Calvert, Inspector of Record, 707-481-7376
Caltrans District 1- Materials Testing and Inspection, Confusion Hill, Humboldt
County, CA
As subcontractor to Mercer Fraser, SHN is
providing Materials Testing QA/QC for the
concrete supplier. The testing consisted of a
large volume of concrete samples taken in the
field by our materials testing technicians and _-I
F
processed in our laboratories to determine
consistency with project requirements for
compressive strength. This project was the
result of a large, ancient rock slide complex
which extends from the South Fork Eel River
to more than 1,000 feet above, enveloping the current highway, 140 feet above the river.
This project is in the process of relocating
approximately 1.5 miles of Highway 101, to the
west via two bridges, in order to avoid the massive
z slide area that created numerous closures of this
State Highway during 2005-2006.
h fi The Federal Highway Administration (FHWA) has
1 approved Emergency Relief funding to relocate
State Highway 101 at Confusion Hill.
Contact: Mr. Phil Gundlach, Mercer Fraser, P.O. Box 1006, Eureka, CA, 95501, 707- 725-
8667
City of Fort Bragg, Downtown Streetscape Project, Fort Bragg, CA
The City of Fort Bragg contracted with SHN to provide construction observation and
materials testing for the rehabilitation of four downtown streets. The project consisted of
the grinding of existing street surfaces, treating the grindings with cold foam to facilitate
use as pavement base material and resurfacing the streets with new asphalt concrete. SHN
construction inspectors provided daily inspection and construction specifications
monitoring of the project in compliance with the State of California Department of
Transportation Quality Assurance Program.
Contact: Katryna Baker, Engineering Technician, City of Fort Bragg, 416 North
Franklin St., Fort Bragg, CA 95437, 707-961-2823
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExhibitA.doc C.JU
11
Proposed Fee
We understand that the Project is projected to have a construction period of approximately
seven months. We also understand that the City is requesting daily on site inspection and
construction monitoring. We further understand that our construction inspectors will not
require the payment of prevailing wages because they are not providing field construction
testing or surveying. Because construction projects often proceed on a schedule that is
unforeseeable, we have estimated our costs based upon an assumption that the project will
be completed in the projected seven month period. We will not charge mileage for our staff
to provide onsite inspection and construction monitoring. Our primary inspector lives in
Ukiah and will not charge time for travel to the site. We propose to provide the Certified
Construction Inspection on a time and expenses basis based upon the attached Schedule of
Charges. Our estimated fees are as follows:
Construction Inspection Services for the Orchard Avenue Bridge and
Related Street Improvements Project
TIME AND EXPENSES
Item
Task
Staff
Rate
Est.
Unit
Cost
Quan.
s
1
Project Kickoff Meeting
Construction Inspector
$ 75
5
Hrs
$ 375
2
Full time inspection
Construction Inspector
$ 75
1176
Hrs
88,200
(Non-prevailing wage)
Assume 147 days @ 8
hrs/day site
3
Quality Assurance
PM/Engineer
$ 125
16
Hrs
2,000
4
Final Reporting
PM/Engineer
$ 125 I
8
Hrs
1,000
Construction Inspector
$ 75
16
Hrs
1,200
Estimated Total
$92,775
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExhibitA.doc C._;
12
0
Consulting Engineers & Geologists, Inc.
Fee Schedule
January 1, 2009
When accurate definition of the proposed work is not possible, an hourly charge out
rate for determining compensation shall be used. Hourly charge rates include payroll
costs, overhead, and profit. Hourly services are billed portal to portal an
d are subject to
a 2-hour minimum. Current rates are as follows:
Hourly Charge Rates
Position'
Hourl
Rates
Principal Engineer
$130.00 -
$150
00
Principal Engineering Geologist
$120.00 -
.
$145.00
Principal Surveyor
$120.00 -
$140.00
Project Manager
$ 80.00 -
$140.00
Senior Planner
$ 85.00 -
$125.00
Senior Engineer
$ 85.00 -
$140.00
Senior Geotechnical Engineer
$ 85.00 -
$135.00
Senior Geologist
$ 85.00 -
$135.00
Senior Surveyor
$ 80.00 -
$125.00
Engineer
$ 75.00 -
$100.00
Traffic Engineer
$ 80.00 -
$125.00
Geologist
$ 70.00 -
$100.00
Certified Industrial Hygienist
$ 90.00 -
$135.00
Environmental Specialist
$ 60.00 -
$125.00
Environmental Planner
$ 60.00 -
$ 95.00
Staff Surveyor3
$ 60.00 -
$ 95.00
Assistant Engineer
$ 60.00 -
$ 95.00
Survey Party Chief3
$ 60.00 -
$ 90.00
Junior Engineer
$ 55.00 -
$ 75.00
Engineering Technician/Draftsperson3
$ 55.00 -
$ 85.00
Lab/Field Technician3
$ 55.00 -
$ 90.00
Survey Technician3
$ 50.00 -
$ 80.00
Technical Writer
$ 45.00 -
$ 65.00
Clerical
$ 45.00 -
$ 60.00
,,Expert Witness2.4
$125.00 -
$200.00
1 Incidental expenses, i.e., lodging, meals, airplane tickets, etc., are billed at cost plus 15%.
2 Minimum daily charge is four hours.
3 Rates depend on the specific personnel assigned, and whether pr
evailing wage rates are required in
the area of work.
4 Rates for Expert Witness are charged for preparation and testimo
ny for both deposition(s) and
trial(s).
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExhibitA.doc C.-/;
13
Laboratory Tests:
Aggregate Tests for Concrete Mix Design
$150.00/ stockpile
Asphalt Content by Nuclear Method
$ 75.00/test
Asphalt Content Gauge Calibration
$190.00/ ea.
Asphalt Extraction Bitumen)
Cost + 15%
Asphalt (Hveem) Mix Design
$ 2,000.00/ ea.
Brass Tube (Liner)
$ 5.00/ ea.
Cleanliness Value (CT 227)
$ 75.00/ ea.
Compaction Curves (ASTM D 1557 or Caltrans CT216):
4-inch Mold
$150.00/ ea.
6-inch Mold
$150.00/ ea.
Check Point
$ 40.00/ea.
Concrete Compressive Strength (CT 521 or ASTM C39)
$ 25.00/ea.(1)
Concrete Linear Shrinkage (3 Bars)
$200.00
Concrete Moisture
$ 25.00/test
Consolidation Test
$300.00/ea.
Direct Shear, per point: (ASTM D3080)
Consolidated-Drained (CD)
$130.00/point
Unconsolidated-Undrained (UU) (Modified ASTM)
$100.00/point
Consolidated-Undrained (CU) (Modified ASTM)
$115.00/point
Additional cycles (each)
$ 50.00/ ea.
Disposable Concrete Molds
$ 2.00/ea.
Durability Index
$ 75.00/ ea.
Expansion Index
$150.00/test
Fireproofing Density
$ 50.00/ ea.
Grout Compressive Strength
$ 30.00/ ea.
LA Rattler (abrasion resistance)
$150.00/test
Liquid Limit
$ 75.00/ ea.
Masonry Block Compressive Strength
$ 65.00/ ea.
Masonry Block Absorption & Moisture
$ 50.00/ ea.
Masonry Block Linear Shrinkage
$ 85.00/ ea.
Masonry Block Prism Compressive Strength
$125.00/ ea.
Masonry Core Shear Test
$ 50.00/core
Moisture Content
$ 15.00/ ea.
Moisture-Density Test
$ 25.00/ ea.
Particle Size Analysis (ASTM 422)
$100.00/ ea.
Percent Crushed Particles
$125.00/ ea.
Percent Entrained Air In Concrete
$ 10.00/ ea.
Percent Organics
$ 50.00/ ea.
Plastic Limit
$ 50.00/ ea.
Plasticity Index
$125.00/ ea.
R-Value
$225.00/ ea.
Rice Specific Gravity of Asphalt (ASTM D2041)
$ 70.00/ea.
Sample Preparation
$ 40.00/hour
Sand Equivalent
$ 50.00/ ea.
Sawing Rocks and Concrete Cores
$ 30.00/unit
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExhibitA.doc C J;
14
Laboratory Tests:
Sieve Analysis--Coarse $ 45.00/ ea.
Sieve Analysis--Fine $ 55.00/ ea
Sieve Analysis--Passing 200 $ 45.00/ ea.
Specific Gravity, Rock $ 45.00/ea.
Stabilometer of Premixed AC $150.00/ea.
Sulfate Soundness $ 80.00/cycle
Swell Test $ 55.00/point
Triaxial Compression
Unconsolidated Undrained (TXUU) (ASTM D2850) $115.00/point
Consolidated Undrained (TXCU) (ASTM D4767) $385.00/point
Consolidated Drained (TXCD) (ACOE) $500.00/point
Consolidated Undrained (TXCU-3 stage) (ASTM $810.00/test
D4767)
Consolidated Drained (TXCD-3 stage) (ACOE) $860.00/test
USDA Bulk Density Test $ 20.00/ ea.
USDA Textural Suitability Test $ 50.00/ea.
Unconfined Compression $ 50.00/ea.
Unit Weight of Concrete $ 50.00/unit
1/2 Day Minimum Charge.
+ 25% Weekly Discount, 40% Monthly Discount.
(1) If concrete is sampled and delivered to SHN lab by outside contractor, add $5.00/ea. for
rocessin and curing per ASTM C-31.
Notes:
All samples of soil or rock from physical testing are discarded 30 days after submission
final report unless prior arrangements are made. Samples of soil or rock submitted for
testing for hazardous substances will be returned to the Client, who is responsible for
proper disposal.
This fee schedule is subject to review and adjustment, as required.
Certain services may require prevailing wages or overtime at premium pay to SHN
employees. In such circumstances, fees will be adjusted to reflect increased labor
costs.
\\willits\Projects\2009\409060-OrchardAveBridge\300-ConstructionInspectionServices\PUBS\agr\ExliibitA.doc 4J;T
15