HomeMy WebLinkAboutWest Yost Associates 2017-11-10COU No. I ; 1 n i
AGREEMENTFOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this lUYA " day of 2017 ("Effective
Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and
West Yost & Associates, 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 consulting services related to Provide Grant Management Services for the
Prop 1 Planning Grant Management and Storm Water Resources Plan for Russian River
Watershed Association.
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 as quickly as reasonably possible and consistent with the normal
Standard of Care from receipt of the Notice to Proceed. 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.
COU No. 111 B - 152-
4.0
SZ
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 $74,628. 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 B,
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 B. 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 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 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
employees) 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 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.
\....... �l _' _'11111
COU No. j -718 - 15 2 -
Consultant
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.
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:
1. 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.
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 include or be
endorsed to include contractual liability for negligence only.
COU No. 11 16 - I S 2-
B.
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.
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 liability: $1,000,000 per claim and aggregate.
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, 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.
COU No. I -) I e- 15 Z
Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
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.
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.
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
contract execution to April 30, 2019.
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. 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 coverages 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.
P At,f- I (It
COU No. 1 % 16 - IS Z
G. Subcontractors
Consultant shall include all subcontractors 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 to the
extent arising out of, or pertaining to, or relating 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.
"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
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 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. City shall not be limited in any way in its use of the Documents and
Data at any time, provided that any such use not within the purposes intended by this
Agreement shall be at the City's sole risk.
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 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.
COU No. 1 % (B — I S 2-
7.6
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, subject to off -set for any direct or consequential damages City may incur as
a result of Consultant'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
DEPT. OF
300 SEMINARY AVENUE
UKIAH, CALIFORNIA 95482-5400
COU No. `
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date
CONSULTANT
BY:
--////" / Date
PF�IN NAME �) IZ Q Pre
68-0370826
IRS IDN Number
CITY OF UKIAH
B Y�%(/G(��Jil�
CITY MANAGER - Gl 7)Th
ATTEST
CITY CLERK
tial ProlSvNovember 20._008
PWl-ROF7
I ( AI / �-
Da e
Date
I !/
WE S T Y 0S T
hO%ddo
A S S O C I A T E S
October 4, 2017
Mr. Jarod L. Thiele
Project Director
City of Ukiah
300 Seminary Avenue
Ukiah, CA 95482
Attachment A
SENT VIA: EMAIL
SUBJECT: Proposal to Provide Grant Management Services
Prop 1 Storm Water Resources Plan, Russian River Watershed
Dear Mr. Thiele:
Thank you for requesting a scope of work and fee estimate from West Yost Associates ( West Yost)
to provide grant management support services to the City of Ukiah (City) for a California
Proposition 1 planning grant (Prop 1 grant) awarded to the Russian River Watershed Association
(RRWA) in 2016. The Prop 1 grant provides funding for RRWA to facilitate preparation of a
watershed -wide Storm Water Resources Plan (SWRP). The City, administrative agency for the
RRWA, is the Prop 1 grantee and project director.
This proposal was prepared to provide contract administration support to the City, and to work with
the RRWA member agencies and collaborating entities in preparation of State Water Resources
Control Board (State Board) grant -mandated quarterly, annual, and final project reporting.
The following sections describe the proposed scope of work and estimated fee to complete seven
quarterly reports, two annual reports, and one final report (based on the City's current schedule)
in accordance with State Board requirements. The scope is presented and organized to coincide
with the scope outlined in the Prop I grant agreement (Agreement) between the State Board and
City, and the amended schedule recently approved by the State Board.
1.0 SCOPE OF WORK
1.1 Completion Dates
Preparing a SWRP for the Russian River watershed is a substantial task involving significant
contributions from eleven member agencies, twelve collaborating entities, and the North Coast
Regional Water Quality Control Board. Because collaboration is such a significant part of
completing the SWRP, RRWA staff drafted Memorandums of Understanding (MOUs) for review
and input by City staff, member agencies and collaborators on February 2, 2017 and February 27,
2017, and shared information on reporting requirements with contributors to the grant effort via
webinar on August 3, 2017. It is assumed that the City will provide legal review and any requested
draft MOU changes to members and collaborators within two weeks of receipt, and that all MOUS
will be in place by October 31, 2017.
Mr. Jarod L. Thiele
October 4, 2017
Page 2
At the close of each quarter (March 30, June 30, September 30, and December 30) a quarterly
report must be prepared that reflects the contributions of all members and collaborators. By the
15`" of the month flowing the close of each quarter (April 15, July 15, October 15, and January 15),
it is assumed that the City will provide RRWA staff with:
• Aggregated invoicing for member agencies and collaborators, itemized by agreement
task number,
• Staff labor rates, and
• A summary of activities completed by each entity within the reporting period.
The reports must be submitted to the State Board within forty-five (45) days after the close of each
quarter (May 15, August 15, November 15, and February 15).
Annual reports are due to the State Board each year by November 15 in both 2017 and 2018. It is
assumed that the City will provide any input, such as lessons learned, to RRWA staff by October
15 of each year.
One final report will be due at the close of the project in 2018. The majority of work on the SWRP
is expected to be completed by August of 2018, and the final report will be submitted to the State
by November 30, 2018. It is assumed that the City will provide any required information to RRWA
staff by October 15, 2018.
For each deliverable, RRWA staff will prepare a draft for City review. It is assumed that City staff
will review and provide comments, or any requested missing information, within two weeks of
receipt of the draft. It is further assumed that upon RRWA revision to address these comments, the
City will submit the final deliverable to the State Board on time.
1.2 Benefit and Purpose
This Prop 1 grant benefits the RRWA member agencies and collaborating entities by preparing a
SWRP that is compliant with the State Board's Storm Water Resource Plan Guidelines adopted on
December 15, 2015 (SWRP Guidelines) and the California Water Code Sections 10561-10573.
Preparation of a SWRP serves many functions, but among them is providing a framework for
future planning efforts, and the ability for member agencies to apply for future implementation
grant funding for projects identified in the SWRP. Ensuring the grant is managed to comply with
State Board reporting guidelines will ensure that funding for this work is protected so that the
SWRP can be completed and member agencies will remain eligible to apply for future State
grant funding.
1.3 Project -Specific Scope of Work
RRWA staff will support the City by providing the administrative services explicitly stated herein
as needed for project completion. RRWA staff will also coordinate with members, collaborators,
and stakeholders to ensure participation in the process of reporting SWRP progress including
soliciting quarterly and annual reporting information from member agencies and collaborating
entities, compiling information, and preparing reports for the City's review. RRWA staff will
schedule periodic project status review meetings with the Grant Manager and the City.
W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Ukiah RRWA
Mr. Jarod L. Thiele
October 4, 2017
Page 3
Task 1: Memorandums of Understanding & Project Management
Although draft Memorandums of Understanding (MOUs) have been prepared for each entity, most
are not finalized by the City. MOUs must be in place before progress, match, and invoicing can be
reported to the State Board for these entities. RRWA staff will work with the members and
collaborating entities and prepare a package or several groups of draft MOUS for expedited review
and execution by the City. This task is critical to complete as soon as possible in order to comply
with the Agreement.
Task 2: Quarterly Reoortin
RRWA will support the City with the preparation of seven (7) quarterly progress reports to the
Grant Manager. These Progress Reports will include a brief description of information from all
participants and activities completed, milestones achieved, monitoring results (if applicable), and
any problems encountered in the performance of the work during the reporting period. In addition,
a set of attachments will be prepared that include deliverables and communications, photographs,
invoices, rate sheets, and other information to substantiate the narrative of the report and the
amount of requested grant funding.
It is assumed that the City, members, and collaborators will, at a minimum, provide invoicing
and/or a breakdown of staff hours, rate sheets, and narratives for work completed to RRWA staff
within fifteen (15) days of the close of each quarter (April 15, July 15, October 15, and January 15).
If the documents are not complete, available information will be used to complete the forms for
participant verification; however, this level of effort is high and could exceed the estimated
maximum hours if all participants have significant expenditures. RRWA staff will aggregate
submitted invoices and descriptions, provide review for eligibility, and coordinate with the City,
participating agencies and the State Board.
Task 1 Annual Reporting
RRWA staff will support the City by preparing an Annual Progress Summary by November 1,
2017 that covers the time period from October 1, 2016 through September 30, 2017 and an Annual
Progress Summary by November 1, 2018 that covers the timeperiod from October 1, 2017 through
the close of the project. The City will review and provide comments by November 7 of each year,
and RRWA staff will make any updates or corrections in order to submit the reports to the State
Board by November 15 of each year. The summary will be less than two (2) pages. Following City
review and comment, RRWA staff will upload an electronic copy of the Annual Progress Summary
in PDF format to the Financial Assistance Application Submittal Tool (FAAST) system. The
Annual Progress Summary will include the following:
• A summary of the Project's objective, the scope of the Project, and a description of
the approach used to achieve the Project objective.
• A summary of the progress made to -date, significant milestones achieved, and the
current schedule to complete the Project.
W E S T YOS T ASSOCIATES N:\M\LP\Ukiah\wp\2017_Ukiah RRWA
Mr. Jarod L. Thiele
October 4, 2017
Page 4
Task 4: Final Report
At the conclusion of the Project, RRWA staff will prepare a final summary report of the
accomplishments, recommendations, and lessons learned, in a format provided by the State Board.
The following will be provided for City review and forwarding to the State Board:
• Draft Final Project Report in a format provided by the Grant Manager.
• Final Project Report that addresses, to the extent feasible, comments made by the
Grant Manager on the Draft Final Project Report. One (1) reproducible master copy
and an electronic copy of the Final Project Report. An electronic copy of the final
report uploaded in PDF format to FAAST.
• Final Project Summary of the information contained in the Final Project Report,
including accomplishments, as appropriate. An electronic copy of the Final Project
Summary uploaded in PDF format to FAAST.
1.4 Project Schedule
Table 1 shows the schedule of submittals and estimated due dates that RRWA has developed. This schedule
may be adjusted as necessary during the disbursement period with prior City and Grant Manager approval.
All work must be complete prior to the Work Completion Date of November 30, 2018.
Table 1. Schedule of Submittals and Estimated Due Dates
Description of Information to Dead
Work Item or Submittal RRWA staff Draft to City to State Board
MOUS
November 30, 2017
Quarterly Reports
Quarter 1
(April 1, 2017 - June 30, 2017)
July 15, 2017
July 30, 2017
August 15, 2017
Quarter 2
(July 1, 2017 - September 30, 2017)
October 15, 2017
October 31, 2017
November 15, 2017
Quarter 3
October 1, 2017 - December 31, 2017)
January 15, 2018
January 31, 2018
February 15, 2018
Quarter 4
(January 1, 2018 - March 30, 2018)
April 15, 2018
April 30, 2018
May 15, 2018
Quarter 5
(April 1, 2018 - June 30, 2018)
July 15, 2018
July 30, 2018
August 15, 2018
Quarter 6
(July 1, 2018 - September 30, 2018)
October 15, 2018
October 31, 2018
November 15, 2018
Quarter 7
(October 1, 2018 - November 1, 2018)
November 10, 2018
November 15, 2018
November 30, 2018
Annual Reports
2017 Report
(October 1, 2016 - September 30, 2017)
October 15, 2017
October 31, 2017
November 15, 2017
2018 Report
(October 1, 2017 - Close of Project)
October 15, 2018
November 1, 2018
November 15, 2018
Final Report
October 15, 2018 1 November 1, 2018 1 November 30, 2018
W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Ukiah RRWA
Mr. Jarod L. Thiele
October 4, 2017
Page 5
1.5 Project Budget
West Yost's proposed level of effort and budget for each of the tasks described above is shown in
Table 2. West Yost will perform the Scope of Work described above on a time -and -expenses basis,
at the billing rates set forth in West Yost's attached 2017 Billing Rate Schedule, with a not -to -
exceed budget of $74,628. Any additional services not included in this Scope of Work will be
performed only after receiving written authorization and a corresponding budget augmentation.
Table 2. Proposed Russian River Watershed SWRP
Planning Grant Management Budget
Thank you for allowing West Yost the opportunity to provide these services to the City. We look
forward to working with you on this important project. Please call if you have any questions or
require additional information.
Sincerely,
WEST YOST ASSOCIATES
Andy Rodgers
Engineering Manager
ASR:MCC:cme
Attachment: West Yost Associates 2017 Billing Rate Schedule
W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Llkioh RRWA
-•- .
Effort, hours
dollarsTask
Cost,
Task 1 Memorandums of Understanding & Project Management
89
19,307
Task 2: Quarterly Reporting
296
42,690
Task 3: Annual Reporting
36
6,079
Task 4: Final Report
50
6,552
Total
471
$74,628
Thank you for allowing West Yost the opportunity to provide these services to the City. We look
forward to working with you on this important project. Please call if you have any questions or
require additional information.
Sincerely,
WEST YOST ASSOCIATES
Andy Rodgers
Engineering Manager
ASR:MCC:cme
Attachment: West Yost Associates 2017 Billing Rate Schedule
W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Llkioh RRWA
V, E51 7
k&,AO
ASS,:CIATFS
2017 Billing Rate Schedule Attachment B
(Effective January 1, 2017 through December 31, 2017)'
Principal/Vice President $273
Engineering/Scientist/Geologist Manager I / II $251/$263
Principal Engineer/Scientist/Geologist I / II $229/$243
Senior Engineer/Scientist/Geologist I / II $205/$215
Associate Engineer/Scientist/Geologist I / II $182/$195
Engineer/Scientist/Geologist I / 11 $147/$170
Engineering Aide $83
Administrative I / II / III / IV $75 / $94 / $114 / $126
Engineering Tech Manager I / II
$259/$269
Principal Tech Specialist I / II
$239/$249
Senior Tech Specialist 1 / II
$219/$229
Senior GIS Analyst
$200
GIS Analyst
$189
Technical Specialist I / 11 / III / IV
$139 / $159 / $179 / $199
CAD Manager
$159
CAD Designer I / 11
$123/$138
Senior Construction Manager $261
Construction Manager I / II / III / IV $159 / $170 / $182 / $227
Resident Inspector (Prevailing Wage Groups 4 / 3 / 2 / 1) $138 / $153 / $170 / $177
Apprentice Inspector $125
CM Administrative I / 11 $68/$91
Hourly rates include Technology and Communication charges such as general and CAD computer,
software, telephone, routine in-house copies/prints, postage, miscellaneous supplies, and other
incidental project expenses.
Outside Services such as vendor reproductions, prints, shipping, and major West Yost reproduction
efforts, as well as Engineering Supplies, etc. will be billed at actual cost plus 15%.
Mileage will be billed at the current Federal Rate and Travel will be billed at cost.
Subconsultants will be billed at actual cost plus 10%.
Expert witness. research, technical review, analysis, preparation and meetings billed at 150% of
standard hourly rates. Expert witness testimony and depositions billed at 200% of standard hourly
rates.
A Finance Charge of 1.5% per month (an Annual Rate of 18%) on the unpaid balance will be added to
invoice amounts if not paid within 45 days from the date of the invoice.
s+We +s ur f ate -1 a.. ,�a7fy
E S T Y S T 2017 Billing Rate Schedule (continued)
k&AMO (Effective January 1, 2017 through December 31, 2017)'
AS S C I AT E S Equipment Charges
Gas Detector
Hydrant Pressure Gage
Hydrant Pressure Recorder, Standard
Hydrant Pressure Recorder, Impulse (Transient)
Trimble GPS — Geo 7x
Vehicle
Water Flow Probe Meter
Water Quality Multimeter
Well Sounder
$80/day
$10/day
$40/day
$55/day
$220/day
$10/hour
$20/day
$185/day
$30/day