Loading...
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