HomeMy WebLinkAboutMead & Hunt 2017-03-07 (2)COU No. 1617159
AGREEMENTFOR
PROFESSIONAL CONSULTING SERVICES
[Design Professional]
This Agreement, made and entered into this 7th day of March, 2017 ("Effective Date"), by and
between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Mead & Hunt, a
corporation, organized and in good standing under the laws of the state of Wisconsin, hereinafter
referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to engineering services for the FAA grant funded
Airport Pavement Management Program (APMP) Study with Pavement Classification Number
(PCN calculation) project.
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
Exhibit "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 (Exhibit "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in "Exhibit 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
within the timeframe established in Exhibit A. 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 exceed a guaranteed
maximum dollar amount of $48,418.00. 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 Exhibit 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 Exhibit A. Consultant shall complete the Scope of
Work for the not -to -exceed guaranteed maximum, even if actual time and expenses exceed
that amount. Prevailing Wage may be required for certain portions of work performed, as
identified in Exhibit B.
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 Exhibit "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 invoice less any amount already paid to Consultant, which
amounts 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
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 employees) is not 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 venturer, 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 relationship 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 government and shall furnish and pay worker's
compensation insurance, unemployment insurance and any other benefits required by law for
himself and his 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 law suit.
CONTRACT 1617159
PAGE20F7
Consultant warrants and represents that it is a properly licensed professional or professional
organization with a substantial investment in its business and that it maintains its own offices
and staff which it will use in performing under this Agreement.
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 10 days of being
notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. 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 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.
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 Liability: $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.
2. Automobile Liability: $1,000,000 combined single limit per accident for bodily
injury and property damage.
CONI RACT 16171 9
P.AGF: 3 OF 7
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 liability: $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
The City, it 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
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.
CONNI RAC I- 1617159
PAGE: 4 Of 7
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 one year from receipt of
final invoice for the project.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled 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. 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 coverages
required herein, the City shall have the right, but not the obligation, to purchase any or
all of them. In that event, after notice to Consultant that City has paid the premium, the
cost of insurance may be deducted from the compensation otherwise due the
contractor under the terms of this Contract.
G. Subcontractors
Consultant shall include all sub -contractors or sub -consultants as insured under its
policies or shall furnish separate certificates and endorsements for each sub -contractor
or sub -consultant. All coverage for sub -contractors or sub -consultants shall be subject
to all insurance requirements set forth in this Paragraph 6.1.
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
and its agents in the performance of services under this contract, 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.
"Indemnify," as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include all
CON -TRACT 1617150
PAGE 5 OF 7
costs associated with defending the claim, including, but not limited to, the fees of attorneys,
investigators, consultants, experts and expert witnesses, and litigation expenses.
References in this paragraph to City or Consultant, include their officers, employees, agents,
and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Documents and 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, Exhibit "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.
7.2 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.
7.3 Entire Agreement. This Agreement plus its Exhibit(s), Attachment(s) and executed
Amendments set forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction,
the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement of
both parties in writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not
assign, transfer, or sub -contract its interest or obligation under all or any portion of this
Agreement without City's prior written consent.
7.7 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.
7.8 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 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 provide to City all finished or
unfinished documents, data, studies, surveys, drawings, maps, models, photographs and
reports prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any work satisfactorily completed hereunder,
CON-TR4CT 16171?9
PAGE 6 OF 7
subject to off -set for anyVre damages City may incur as a result of
subject to off -set for anyConsultant's breach of contract.
7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. Alternatively, this Agreement may be executed
and delivered by facsimile or other electronic transmission, and in more than one counterpart,
each of which shall be deemed an original, and all of which together shall constitute one and
the same instrument. When executed using either alternative, the executed agreement shall
be deemed an original admissible as evidence in any administrative or judicial proceeding to
prove the terms and content of this Agreement.
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
MUNICIPAL AIRPORT
300 SEMINARY AVENUE
UKIAH, CALIFORNIA 95482-5400
9.0 SIGNATURES
MEAD & HUNT, INC.
ATTN: ROBERT CASAGRANDE
1360 19TH HOLE DRIVE, SUITE 200
WINDSOR, CALIFORNIA 95492
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
WMEAD & T C.
BY: V
PRINT NAME:
IRS IDN Number
CITY OF UKIAH
BY: '
AGES GIACOMO
CITY MANAGER
ATTEST
k, 1,1"w Lmdtf,�
CITY CLERK
CONIR NC I Ib1711)
PA61. 1 OF 7
fgF9,ot-, 3
lalk
Date
Date
3 Zv i7
Date
UKIAH REGIONAL AIRPORT
Airport Pavement Management Program and PCN Calculations
Scope of Services
AIP Project No. 3-06-0268-014-2016
September 22, 2016
OVERVIEW
EXHIBIT A
Mead & Hunt, Inc. (Consultant) will provide engineering services to prepare an Airport Pavement
Management Plan (APMP) for Ukiah Regional Airport, for the City of Ukiah (City). The term APMP can be
used interchangeable with "Pavement Management System (PMS), and "Pavement Maintenance -
Management Program" (PMMP). The methods and techniques used in preparation of the APMP shall be
in conformance with Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5380-7B, "Airport
Pavement Management Program." The APMP is a set of defined procedures for collecting, analyzing,
maintaining, and reporting pavement data. Federally obligated airports should perform a detailed inspection
of their airport every year, and perform a Pavement Condition Index (PCI) survey every three years.
The FAA also requested a Pavement Classification Number (PCN) analysis be performed by the City at
Ukiah Regional Airport, which will be included as part of the APMP study. The PCN analysis will be
conducted on City -maintained airfield pavements. In order to derive PCN values, a geotechnical
investigation will have to be performed to provide subsurface information in areas for which records are not
available or the pavement sections are unknown. The PCN calculations will be performed using the FAA
COMFAA program in accordance with Advisory Circular (AC) 150/5335-5C "Pavement Strength — PCN."
SCOPE OF SERVICES
The Consultant will coordinate the following services
A. Geotechnical Investigation
Consultant to subcontract with a geotechnical engineering firm to perform an investigation of the
airfield pavement section thickness and subsurface soil strength, for which there is not currently
information available. The investigation will be conducted for the following airfield pavements: the
primary runway - Runway 15-33, parallel Taxiway A, connector Taxiways C and E, pavement
around northwest parking aprons, and hangar taxilanes (Hangar Areas 1 and 2).
The geotechnical investigation shall include up to eleven (11) random borings to a depth of 10 feet.
The soil borings are to be classified, and samples obtained to perform the laboratory testing as
summarized below:
a. In situ moisture content, ASTM D2937 (11 tests);
b. Maximum density -optimum moisture of bulk samples, ASTM D698 (4 tests);
c. Grain Size Distribution, ASTM D422 (4 tests);
d. Atterberg Limits, ASTM D4318 (4 tests); and
e. California Bearing Ratio (CBR), ASTM D1883 (6 tests).
3. A report will be prepared detailing the geotechnical investigation, which will include the following:
X Q1 122001160244.O1ICFEEIProposaAUhrah APMP Scope & Fees Boca Page 1 of 5 MEAD & HUNT, Inc.
Ukiah Regional Arroorl EXHIBIT A
Scope of Work for AP11P & PCN Catcuiation
September 22, 2016
a. A description of the site surface and subsurface conditions encountered at the time of the field
investigation;
b. Results of laboratory testing.-
c.
esting;c. Tabulated structural pavement sections measured at each drill hole site;
d. Recommendations related to geotechnical aspects of:
1) Site preparation, engineered fill, subdrains and subgrades;
2) Subgrade stabilization methods;
3) Shrinkage or bulking factors for on-site soils; and
e. Appendices, which will present a summary of the field investigation and laboratory testing
programs.
4. This scope assumes the geotechnical investigation will be completed under City escort and during
daytime working hours. The work will be scheduled in advance with the Airport.
B. APMP Study
1. Prepare an inventory of existing pavement and, if available, obtain pavement construction history
from any previous APMP reports or available City records. The following will be depicted:
a. Identification of all runways, taxiways, and aprons broken into sections having similar
properties;
b. Dimensions and areas of pavements and pavement sections;
c. Type of pavement surface;
d. Year of construction and most recent rehabilitation (if known); and
e. Type of funding used for recent projects (AIP or City funds).
2. Conduct a visual condition survey of each airfield pavement area to identify and quantify pavement
distress.
3. Generate current Pavement Condition Ratings (and PCIs) for each paved area based upon the
Visual Condition Survey and the Consultant's judgment of the pavement condition. Prepare an
AutoCAD drawing that graphically shows condition ratings of the pavement.
4. Based upon the results of the pavement inspection and analysis, prepare pavement maintenance,
rehabilitation, and repair recommendations for the next five (5) years.
C. PCN Calculations and Analysis
1. The PCN calculations will be performed using the FAA COMFAA program in accordance with
Advisory Circular (AC) 150!5335-5C.
2. The previously prepared aircraft fleet mix used for the recent runway rehabilitation project will be
utilized for the intended use and type of aircraft on the airfield pavements.
3. Up to seven (7) PCN models will be determined for the following pavement areas:
a. Runway (1);
b. Taxiways (3); and
c. Aprons and taxilanes (3).
x X21 t 2200116&J244 011CFEEtPloposallUwah ARWIP Scope B Fees docx Page 2 Of 5 MEAD & HUNT, Inc.
Ukiah Regional Airport
Scope of Work for APMP d PCN Calculation
September 22, 2016
D. Reporting
EXHIBIT A
1. Consultant will prepare draft report (3 copies) detailing analysis and recommendations for City
review. The APMS report will include a discussion of the pavement distress, pavement condition
ratings, maintenance and repair recommendations, and associated cost estimates. Drawings will
be included depicting Pavement Features and Pavement Condition Ratings. A color graphic will
be prepared to illustrate the PCN information calculated for the designated airfield pavements. The
report will also include the geotechnical report as an appendix.
2. After City's review, Consultant will incorporate City's comments, finalize, and provide three (3)
copies of the final report and an electronic copy to the City.
CONSULTANT EXPERTISE REQUIRED
The Consultants will be Civil Engineers experienced in the evaluation and design of airport pavements in
accordance with FAA standards. The Consultants shall be registered in the State of California to practice
their professions.
SERVICES PROVIDED BY THE CITY
The City and Consultant agree that the following items will be provided by the City and, if added to the
Consultant's work, will be considered as extra services:
1. Any environmental analysis.
2. Provide airside escorts for geotechnical investigation team and provide NOTAMS.
3. Any permit fees from City, State, County, or utility companies, etc.
4. Use of PAVER or MicroPAVER computer programs for the preparation of the analysis.
5. Any services not covered under Scope of Services.
SCHEDULE
The geotechnical investigation, inventory, and draft report submission will be completed within ninety (90)
calendar days of the Notice to Proceed. The final report shall be submitted within 15 calendar days of
receiving the City's written comments to the draft report.
COMPENSATION FOR SERVICES
For the services described under Scope of Services, the Consultant will be paid a lump sum amount of
Forty-eight Thousand Four Hundred Eighteen Dollars ($48,418). This cost shall not be exceeded without
written authorization from the City. A breakdown of the costs are included in Attachment 1. Payment shall
be made based upon actual time and expenses as approved by the City based upon the Consultant's
current Standard Billing Rate Schedule, attached as Attachment 2.
X 121122001160244 ofiCFELPioposai%Ukiah APMP Scope B Fees Cocx Page 3 of 5 MEAD & HUNT, Inc.
Attachment 1
UKIAH REGIONAL AIRPORT
Engineering Services Cost Estimate
Airport Pavement Management Program (APMP)
and PCN Calculations
BASIC ENGINEERING DESIGN SERVICES
General Administration & Coordination
8
Hours
@
$
216.00
$
Senior Associate
5
Hours
@
$ 263.00
$
1,315.00
Senior Project Engineer
15
Hours
@
$ 216.00
$
3,240.00
Accounting
6
Hours
@
$ 95.00
$
570.00
$
95.00
$
570.00
Subtotal
$
5,125.00
Geotechnical Investigation
$
227.00
$
227.00
Senior Project Engineer
2
Hours
@
$ 216.00
$
432.00
Subconsultant - Geotechnical Services
1 Each
(cost +15%)
@
$ 13,500.00
$
13,500.00
48,418.00
Subtotal
$
13,932.00
APMP Study - Visual Condition Survey and Analysis
Senior Project Engineer
12
Hours
@
$ 216.00
$
2,592.00
Project Engineer
24
Hours
@
$ 177.00
$
4,248.00
Engineer II
4
Hours
@
$ 133.00
$
532.00
Trip
1
Each
@
$ 400.00
$
400.00
Subtotal
$
7,772.00
APMP Study -Maintenance Program and
Costs
Senior Project Engineer
4
Hours
@
$ 216.00
$
864.00
Project Engineer
8
Hours
@
$ 177.00
$
1,416.00
Engineer 11
24
Hours
@
$ 133.00
$
3,192.00
Subtotal
$
5,472.00
PCN Calculation and Analysis (3
Models)
Senior Project Engineer
8
Hours
@
$ 216.00
$
1,728.00
Project Engineer
36
Hours
@
$ 177.00
$
6,372.00
Engineer II
12
Hours
@
$ 133.00
$
1,598.00
Subtotal
$
9,696.00
Reporting
ourim r-rvject cngineer
8
Hours
@
$
216.00
$
1,728.00
Project Engineer
16
Hours
@
$
177.00
$
2,832.00
Engineer II
8
Hours
@
$
133.00
$
1,064.00
Administrative Assistant
6
Hours
@
$
95.00
$
570.00
Expenses - Reproduction
1
Each
@
$
227.00
$
227.00
Subtotal
$
6,421.00
TOTAL BASIC ENGINEERING
$
48,418.00
X12112200060244 011CFEElProposallUkrah APMP Scope & Fees docz Page 4 of 5 MEAD & HUNT, Inc.
Attachment 2
MEAD & HUNT, Inc.
Western Standard Billing Rate Schedule
Effective January 1, 2016
Standard Billing Rates
Clerical.......................................................................................................................................
InteriorDesigner, Technical Editor..........................................................................................
$77.00 / hour
$103.00 / hour
SeniorEditor......................................................................................................................
$152.00 / hour
RegisteredLand Surveyor.......................................................................................................
$117.00 / hour
Accounting, Administrative Assistant.........................................................................................
$95.00 / hour
TechnicianI, Technical Writer.............................................................................................
$88.00 / hour
Technician II, Surveyor - Instrument Person...........................................................................
$103.00 / hour
TechnicianIII...........................................................................................................................
$111.00 / hour
TechnicianIV...........................................................................................................................
$134.00 / hour
SeniorTechnician.......................................................................................................
............. $160.00 / hour
Engineer I, Scientist I, Architect I, Planner I............................................................................
$121.00 / hour
Engineer II, Scientist Il, Architect II, Planner II........................................................................
$133.00 / hour
Engineer III, Scientist III, Architect III, Planner III...................................................................
$144.00 / hour
Senior Engineer, Senior Scientist, Senior Architect, Senior Planner, Senior Economist........ $164.00 / hour
Project Engineer, Project Scientist, Project Architect, Project Planner ...................................
$177.00 / hour
Senior Project Engineer, Senior Project Scientist, Senior Project Architect,
SeniorProject Planner.............................................................................................................
$216.00 / hour
SeniorAssociate......................................................................................................................
$263.00 / hour
Principal..............................................................................................................................
$273.00 / hour
Senior Client/Project Manager.................................................................................................
$273.00 / hour
Expenses
Geographic Information or GPS Systems................................................................................. $32.00 / hour
Total Station Survey Equipment................................................................................................ $16.00 / hour
Charges for other equipment may appear in a proposal
Out -Of -Pocket Direct Job Expenses......................................................................................... cost plus 15%
Such as reproductions, sub -consultants / contractors, etc.
Travel Expense
Company or Personal Car Mileage...............................................................................................$0.90 / mile
Air and Surface Transportation................................................................................................. cost plus 15%
Lodgingand Sustenance..........................................................................................................cost plus 15%
Billing & Payment
Travel time is charged for work required to be performed out -of -office. A minimum of two hours will be
billed for any work out -of -office.
Invoicing is on a monthly basis for work performed. Payment for services is due within 30 days from the
date of the invoice. An interest charge of 1.5% per month is made on the unpaid balance starting 30
days after the date of invoice.
This schedule of billing rates is effective January 1, 2016, and will remain in effect until December 31, 2016,
unless unforeseen increases in operational costs are encountered. We reserve the right to change rates to
reflect such increases.
Y 12; 122001160234 011CFEa-,opasanUloah APM,P ScoCe & Fees dxa Page 5 of 5 MEAD & HUNT, Inc.
EXHIBIT B
PREVAILING WAGE NOTICE
Contract 1617159
Consultant agrees to comply with the following requirements.
1. New SB 854 requirements
1.1 No contractor or subcontractor may be listed on a bid proposal for a public
works project (submitted on or after March 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited
exceptions from this requirement for bid purposes only under Labor Code section
1771.1(a)] .
1.2 No contractor or subcontractor may be awarded a contract for public work
on a public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
1.3 This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
1.4 The Labor Commissioner through the Division of Labor Standards
Enforcement (DLSE) may at any time require contractors and subcontractors to furnish
electronic certified payroll records directly to DLSE. Commencing with contracts
awarded or after April 1, 2015, all contractors and subcontractors must furnish electronic
certified payroll records directly to the DLSE.
1.5 The Prime Contractor is required to post job notices at the job site as
prescribed by regulations (currently, 8 CCR § 16451(d).)
2. Use of Employees.
2.1. Contractor and any subcontractors shall pay all mechanics and laborers
employed by them to work upon the site of the work unconditionally and without
subsequent deductions or rebate on any account the full amounts due at the time of
payment at wage rates not less than those contained in the applicable prevailing wage
determination, regardless of any contractual relationship which may be alleged to exist
between the Contractor and subcontractors and such laborers and mechanics.
2.2. Contractor shall comply with the California Labor Code Section 1775. In
accordance with said Section 1775, Contractor shall forfeit as a penalty to the City,
$50.00 for each calendar day or portion thereof, for each workman paid less than the
stipulated prevailing rates for such work or craft in which such workman is employed for
any work done under the Contract by him or her or by any subcontractor under him or her
in violation of the provisions of the Labor Code and in particular, Labor Code Sections
1770 to 1780, inclusive. In addition to said penalty and pursuant to Section 1775, the
difference between such stipulated prevailing wage rates and the amount paid to each
workman for each calendar day or portion thereof for which each workman was paid less
than the stipulated prevailing wage rate shall be paid to each workman by the Contractor.
2.3. Pursuant to the provision of Section 1770 of the Labor Code of the State of
California, City has ascertained the general prevailing rate of wages (which rate includes
employer payments for health and welfare, vacation, pension and similar purposes)
applicable to the work to be done, for straight time work. The holiday wage rate listed
shall be applicable to all holidays recognized in the collective bargaining agreement of
the particular craft, classification, or type of workers concerned. Copies of the General
Prevailing Wage Determination are on file in the office of the City Engineer and are
available to the Contractor on request. The Contractor shall post the wage determination
at the site of work in a prominent place where the workers can easily see it.
2.4. City will not recognize any claim for additional compensation because the
Contractor has paid any rate in excess of the prevailing wage rate obtained by the
Engineer. The possibility of wage increases is one of the elements to be considered by the
Contractor in determining his or her bid and will not in any circumstances be considered
as the basis for a claim against the City.
2.5. Travel and Subsistence Payments.
Contractor shall make travel and subsistence payments to each worker needed to
execute the work in accordance with the requirements in Section 1773.8 of the Labor
Code (Chapter 880, Statutes of 1968).
2.6. Apprentices.
Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes
of 1968) and 1777.6 of the California Labor Code concerning the employment of
apprentices by the Contractor or any subcontractor under him. Contractor and any
subcontractor under him or her shall comply with the requirements of said sections 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.
Copies of Labor Code Sections 1771 (requiring prevailing wages), 1775 (imposing
penalties, including a $50 per day, per worker forfeiture, for failure to pay prevailing
wages), 1776 (requiring contractor to maintain available for inspection certified payroll
records), 1777.5 (requiring certain apprenticeship programs), 1813 (imposing penalties
for failure to make records available for inspection) and 1815 (requiring time and '/z for
overtime) are available at the Department of Industrial Relations website at
http://www.dir.ca.gov
2