Loading...
HomeMy WebLinkAboutWest Coast Fire & Water 2023-03-13COU 2223 177 1 SHORTFORMCONSTRUCTIONCONTRACT ThisAgreementismadeandenteredon March 13, 2023,in Ukiah,California,by and between Bridges Restoration LLC,dba West Coast Fire Water,a limited liability company Contractor")and the City of Ukiah City"),a general law municipal corporation. RECITALS: 1.TheplansandspecificationsforthisworktheWork")arecontained in Exhibit A,which is attached hereto and incorporated herein by this reference. 2.Contractorisproperlylicensedandqualifiedtoperformthework. 3.WheneverthisAgreementcallsforCityapprovalornotification,the approval or notification must be signed by the City Manager or his or her designee. AGREEMENT: Wherefore,inconsiderationoftheforegoing facts and the terms and conditions as further stated herein,the parties hereby agree as follows. 1. PERFORMANCE OF THE WORK ContractorwillperformtheWorkasfurther provided herein. 1.1TimeofPerformance.Time is of the essence,and the Contractor shall commence the work as soon as possible following the issuance of a Notice to Proceed”. 1.1.1.N/Acheckifapplicable]It is agreed by the parties to the contract that time is of the essence and that,in case all the work is not completed before or upon the expiration of the time limit as set forth,damage,other than those cost items identified in section 1.1.2,will be sustained by the City and that it is and will be impracticable to determine the actual amount of damage by reason of such delay;and it is therefore agreed that,subject to Sections 1.13 1.14, below,the Contractor will pay to the City the sum of five hundred dollars 500.00)per day for each and every calendar day's delay beyond the time prescribed. 1.1.2N/Acheckifapplicable]In case the work called for under this contract is not completed within the time limit stipulated herein,the City shall have the right as provided hereinabove,to extend the time of completion thereof.If the time limit be so extended,the City shall have the right to charge to the Contractor and to deduct from the final payment for the work the actual cost to the City of engineering,inspection,superintendence and other overhead expenses which are directly chargeable to the contract and which accrue during the ATTACHMENT 2 COU 2223 177 2 period of such extension,except that the cost of final unavoidable delays shall not be included in such charges. 1.2ConstructionofContractDocuments.Contractor will perform the Work in compliance with the plans and specifications set forth in the attached Exhibit A.If there is any inconsistency or conflict between the plans and the specifications,the specifications will prevail.If there is any inconsistency between the plans and the specifications and this agreement,the terms of this Agreement shall prevail,unless expressly stated otherwise in a particular specification. 1.3Contractorfurnisheditems.Contractor will furnish all necessary labor,materials,tools, equipment,and transportation necessary to perform the Work. 1.4 SB 854 requirements 1.4.1 No contractor or subcontractor may be listed on a bid proposal for a public works project 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)]. 1.4.2 No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 1.4.3 This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 1.4.4 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.All contractors and subcontractors must furnish electronic certified payroll records directly to the DLSE. 1.4.5 The Prime Contractor is required to post job notices at the job site as prescribed by regulations currently,8 CCR 16451(d).) 1.5 Use of Employees. 1.5.1.Contractorandanysubcontractorsshallpayallmechanicsand 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. 1.5.2.ContractorshallcomplywiththeCaliforniaLaborCodeSection 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 COU 2223 177 3 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. 1.5.3.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. 1.5.4.Citywillnotrecognizeanyclaim for additional compensation because the Contractor has paid any rate in excess of the prevailing wage rate obtained from the City 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. 1.5.5.TravelandSubsistence Payments. Contractorshallmaketravelandsubsistence 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). 1.5.6.Apprentices. Attentionisdirectedtotheprovisions 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. COU 2223 177 4 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 for overtime)are available at the Department of Industrial Relations website at http://www.dir.ca.gov/ 1.6CITYInspector.CITY may designate an architect,engineer,other design professional or other inspector Inspector")to supervise and/or inspect Contractor's performance of the Work. The Inspector shall have no authority to change the Work,the compensation for performing the Work or the time for completing the Work without City's prior written approval.City shall notify the Contractor in writing,if it designates an Inspector. 1.7SiteConditions.Contractor acknowledges that it has inspected the work site and any improvements involving the Work and satisfied itself as to the conditions which can affect the Work or its cost.Contractor has not relied on any representation by CITY or its officers or employees as to the condition of the site or the houses or any condition that might affect the cost of performing this Agreement. 1.8NewProductsRequired.All equipment,materials or fixtures furnished by Contractor under this Agreement shall be new and of the most suitable grade for the intended purpose,unless otherwise specifically provided. 1.9CompliancewithLaws.The Contractor shall give all notices and comply with all applicable laws,ordinances,codes,rules and regulations.The Contractor shall secure and pay for all permits,fees,and licenses necessary for the proper execution and completion of the work. 1.10ProtectionofSiteandImprovements.The Contractor shall preserve and protect the site,grounds and any involved improvements and shall not alter or damage any portion thereof, except as is absolutely necessary in order to perform the Work.The Contractor shall repair or replace,as directed by CITY,any property that it damages,looses or destroys in violation of this paragraph.Contractor shall assume full responsibility for maintaining the safety of the worksite in compliance with all applicable state and federal worker safety and protection laws and shall maintain the worksite in compliance with all such laws. 1.11InspectionofWork.The Contractor shall ensure that the Work is available for inspection by CITY or its Inspector at all reasonable times and that no work is covered up or rendered incapable of inspection without prior notice to CITY or its Inspector and a reasonable opportunity for inspection.The presence or absence of an CITY inspector or the conduct of an inspection by CITY or its Inspector shall not relieve the Contractor from any contract requirement or compliance with Exhibit A. COU 2223 177 5 1.12Title.The Contractor warrants that it conveys full and complete title,free of all liens and encumbrances,to all materials,supplies,fixtures and equipment furnished to CITY under this Agreement and agrees to fully defend and indemnify CITY,its officers and employees,and the houses and homebuyers included in the Work from and against any claim,lien,charge,debt,cost, expense or liability arising from a breach of said warranty. 1.13Warranties.N/A]In addition to any other warranties in this contract,the Contractor warrants that the Work conforms to the contract requirements and is free of any defect in equipment,material or workmanship for a period of one year from the date of final acceptance of the Work by CITY.If CITY accepts any part of the Work before final acceptance of the entire Work, the warranty shall continue for the period of one year from the date of such partial acceptance.The Contractor shall remedy,at the Contractor's expense,any failure to conform,or any defect.Initial if following sentence applies CITY shall retain N/A%of the Contract Amount to secure the Contractor's warranty and shall remit the unused portion of that amount at the end of the warranty period.The time limit of this warranty shall not apply to any latent defects,or gross negligence or fraud on the part of the Contractor. 1.14.ExtensionofTime. Should any delays occur which the City may consider unavoidable,as herein defined,the Contractor shall,pursuant to his or her application,be allowed an extension of time proportional to said delay or delays,beyond the time herein set forth,in which to complete this contract;and liquidated damages for delay shall not be charged against the Contractor by the City during an extension of time granted because of unavoidable delay or delays. Any claim by Contractor for a time extension based on unavoidable delays shall be based on written notice delivered to the City within 15 days of the occurrence of the event giving rise to the claim. Failure to file said written notice within the time specified shall constitute a waiver of said claim. Notice of the full extent of the claim and all supporting data must be delivered to the City within 45 days of the occurrence unless the City specifies in writing a longer period.All claims for a time extension must be approved by the City and incorporated into a written change order. 1.15.UnfavorableWeatherandOther Conditions. During unfavorable weather and other conditions,the Contractor shall pursue only such portions of the work as shall not be damaged thereby.No portions of the work whose satisfactory quality or efficiency will be affected by any unfavorable conditions shall be constructed while these conditions remain,unless,by special means or precautions approved by the City,the Contractor shall be able to overcome them. The Contractor shall be granted a time extension of one day for each unfavorable weather day that prevents him or her from placing concrete forms or placing and finishing concrete or asphalt COU 2223 177 6 concrete.Such unfavorable weather day is defined as a rain day where precipitation prevents the contractor from performing the work more than four 4)continuous hours within the authorized work period or a temperature day where the ambient temperature is below that specified for the placement of materials associated with the controlling work item for more than four 4)continuous work hours of the authorized work period. 1.16.Saturday,Sunday,Holiday and Night Work. No work shall be done between the hours of 6 p.m.and 7 a.m.,nor on Saturdays,Sundays or legal holidays except such work as is necessary for the proper care and protection of work already performed,or except in cases of absolute necessity and in any case only with the permission of the City. It is understood,however,that night work may be established as a regular procedure by the Contractor if he or she first obtains the written permission of the City and that such permission may be revoked at any time by the City if the Contractor fails to maintain at night adequate force and equipment for reasonable prosecution and to justify inspection of the work. 1.17.HoursofLabor. Eight 8)hours of labor shall constitute a legal day's work and the Contractor or any subcontractor shall not require or permit more than eight hours of labor in a day from any person employed by him or her in the performance of the work under this contract,unless paying compensation for all hours worked in excess of eight 8)hours per day at not less than 1 times the basic rate of pay. The Contractor shall forfeit to the City,as a penalty,the sum of twenty five dollars 25.00)for each workman employed in the execution of the contract by him or her or by any subcontractor,for each calendar day during which such laborer,workman,or mechanic is required or permitted to labor more than eight hours in violation of the provisions of Section 1810 to 1816,inclusive,Article 3, Chapter 1,Part 7,Division 2)of the Labor Code of the State of California and any acts amendatory thereof. 2.CONTRACT PRICE The Contractor will be paid for performance of this Agreement time and materials plus subcontractors will be added as invoice plus 20%per rate sheet provided as Exhibit B. 3.PAYMENT OF CONTRACT PRICE 3.1 City authorizes McLarens to pay Contractor solely and directly for the completed work performed pursuant to this contract.All payments under this contract shall be made upon the presentation of certificates in writing to the City and shall show that the work covered by the payments has been done and the payments thereof are due in accordance with this contract.Within fifteen days of the City’s receipt of the certificate of payment,City shall review and forward COU 2223 177 7 authorization for payment to McLarens for its review,approval,and payment to the Contractor. If,for any reason,Customer receives a check from Insurance Company made payable to Customer, Customer agrees to pay West Coast Fire and Water immediately upon receipt of the check.In order to expedite payment to Contractor,Customer hereby appoints Contractor as attorney in fact, authorizing Contractor to endorse Customer’s name on Insurance Company checks or drafts,and to deposit insurance checks for the services provided in the amount invoiced. 4.INDEMNIFICATION AND INSURANCE. 4.1Indemnification.The Contractor shall do all of the work and furnish all labor, materials,tools and appliances,except as otherwise herein expressly stipulated,necessary or proper for performing and completing the work herein required in the manner and within the time herein specified.The mention of any specific duty or liability imposed upon the Contractor shall not be construed as a limitation or restriction of any general liability or duty imposed upon the Contractor by this contract,said reference to any specific duty or liability being made herein merely for the purpose of explanation. The right of general supervision by the City shall not make the Contractor an agent of the City and the liability of the Contractor for all damages to persons or to public or private property,arising from the Contractor's execution of the work,shall not be lessened because of such general supervision. Until the completion and final acceptance by the City of all the work under and implied by this contract,the work shall be under the Contractor's responsible care and charge.The Contractor shall rebuild,repair,restore and make good all injuries,damages,re erections and repairs,occasioned or rendered necessary by causes of any nature whatsoever,excepting only acts of God and none other, to all or any portions of the work,except as otherwise stipulated. To the fullest extent permitted by law,Contractor shall indemnify and hold harmless the City and its officers,directors,agents,and employees from and against all claims,damages,losses and expenses including but not limited to attorneys'fees,costs of suit,expert witness fees and expenses and fees and costs of any necessary private investigators arising out of or resulting from the performance of the work,provided that any such claim,damage,loss or expense 1)is attributable to bodily injury, sickness,disease or death,or to injury to or destruction of tangible property,other than the work itself,including the loss of use resulting therefrom and 2)is caused in whole or in part by any act or omission of the Contractor,any subcontractor,or anyone directly or indirectly employed by any of them,or anyone for whose acts any of them may be liable,regardless of whether or not it is caused in part by a party indemnified hereunder,or by the negligence or omission of a party indemnified herein. In any and all claims against the City or any of its agents or employees by any employee of the COU 2223 177 8 Contractor,any subcontractor,anyone directly or indirectly employed by any of them,or anyone for whose acts any of them may be liable,the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages,compensation or benefits payable by or for the Contractor or any subcontractor under workers'or workmen's compensation acts,disability benefit acts,or other employee benefit acts.The obligation to indemnify shall extend to and include acts of the indemnified party which may be negligent or omissions which may cause negligence. The City shall have the right to estimate the amount of such damage and to cause the City to pay the same and the amount so paid for such damage shall be deducted from the money due the Contractor under this contract;or the whole or so much of the money due or to become due the Contractor under this contract as may be considered necessary by the City,shall be retained by the City until such suits or claims for damages shall have been settled or otherwise disposed of and satisfactory evidence to that effect furnished to the City. 4.2Insurance.Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor,his agents,representatives,employees or subcontractors. 4.2.1.MinimumScopeof Insurance Coverageshallbeatleastasbroadas: A. Insurance Services Office Commercial General Liability coverage Form No.CG 20 10 10 01 and Commercial General Liability Completed Operations Form No.CG 20 37 10 01). B. Insurance Services Office form number CA 0001 Ed.1/87)covering Automobile Liability,code 1 any auto). C. Worker’s Compensation insurance as required by the State of California and Employer’s Liability Insurance. 4.2.2.MinimumLimitsofInsurance Contractor shall maintain limits no less than: A. General Liability:1,000,000 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,either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit.Insurance must be written on an occurrence COU 2223 177 9 basis. B. Automobile Liability:1,000,000 per accident for bodily injury and property damage.Insurance must be written on an occurrence basis. C. Worker’s Compensation Employer’s Liability:1,000,000 per accident for bodily injury or disease. 4.2.3.DeductiblesandSelfinsuredRetentions Any deductibles or self insured retentions must be declared to and approved by the City.The City may require the insurer to reduce or eliminate such deductibles or self insured retentions with respect to the City,its officers,officials,employees and volunteers;or the Contractor to provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations,claim administration and defense expenses;or to approve the deductible without a guarantee. 4.2.4.REQUIRED Insurance Provisions Proof of general liability and automobile liability policies are to contain,or be endorsed to contain,the following provisions: A.The City,its officers,officials,employees,and volunteers are to be covered as ADDITIONAL INSURED with respect to liability arising out of automobiles owned,leased, hired or borrowed by or on behalf of the contractor;and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment,furnished in connection with such work or operations.General liability coverage can be provided in the form of an endorsement to the Contractor’s insurance,or as a separate owner’s policy. B.The workers’compensation policy is to be endorsed with a waiver of subrogation. The insurance company,in its endorsement,agrees to waive all rights of subrogation against the City,its officers,officials,employees and volunteers for losses paid under the terms of this policy which arises from the work performed by the named insured for the City.NOTE:You cannot be added as an additional insured on a workers’compensation policy. C.For any claims related to this project,the Contractor’s insurance coverage shall be primary insurance with respect 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 Contractor’s insurance and shall not contribute with it. COU 2223 177 10 D.Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party,except after thirty 30)days’prior written notice by certified mail,return receipt requested,has been given to the City. E.Note:This protects the Contractor)Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision b)of Section 2782 of Civil Code. 5.TERMINATION. ThisAgreementmayonlybeterminatedbyCity:1)forbreachoftheagreement;2)because funds are no longer available to pay Contractor for services provided under this Agreement;or 3) City has abandoned and does not wish to complete the project for which Contractor was retained. City shall notify Contractor of any alleged breach of the agreement and of the action required to cure the breach.If Contractor 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 Contractor.City shall pay the Contractor only for services performed and expenses incurred as of the effective termination date,unless terminated because the Contractor has failed to satisfactorily cure a breach after notice in which event City shall: a.retainanyamountsearnedundertheContractbutnotyetpaidby City; b.takepossessionofallmaterialand fixtures on the job site; c.havetherighttocompletetheWorkandrecoverfromContractorany increased cost to complete the Work above the amounts that would have been paid to Contractor hereunder, together with any other damages suffered by City as a result of said breach. 6.MODIFICATION OF AGREEMENT. Citymay,fromtimetotime,requestchangesintheWork,thetimeto complete the work or the compensation to be paid for the Work.Such changes must be incorporated in written amendments to this Agreement.To be effective,all such changes as referred to in this section must be agreed upon in writing by both parties to this agreement. 7.ASSIGNMENT. TheContractorshallnotassignanyinterestinthisAgreement,and shall not transfer any COU 2223 177 11 interest in the same whether by assignment or novation),without the prior written consent of City. 8.APPLICATION OF LAWS. ThepartiesherebyagreethatallapplicableFederal,Stateandlocal rules,regulations and guidelines not written into this Agreement shall hereby prevail during the period of this Agreement. 9.INDEPENDENT CONTRACTOR. ItistheexpressintentionofthepartiesheretothatContractorisan 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 Contractor under this Agreement,and the general public and all governmental agencies regulating such activity shall be so informed. ThoseprovisionsofthisAgreementthat reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws,rules,regulations,and in terpretations 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 Contractor and City. Contractorshallpayallestimatedand actual federal and state income and self employment taxes that are due the state and federal government and shall furnish and pay worker's compensa tion insurance,unemployment insurance and any other benefits required by law for himself and his employees,if any.Contractor 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 Contractor,including the legal costs associated with defending against any audit,claim,demand or law suit. Contractorwarrantsandrepresentsthatitisaproperlylicensedfor the work performed under this Agreement 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. 10.GOVERNING LAW. ThisAgreementshallbegovernedbyandconstruedinaccordancewiththe laws of the State of California and any legal action concerning the agreement must be filed and litigated in the proper court in Mendocino County,each party consenting to jurisdiction and venue of California state courts in Mendocino County. COU 2223 177 12 11. SEVERABILITY. IfanyprovisionoftheAgreementisheld by a court of competent jurisdiction to be invalid, void,or unenforceable,the remaining provisions shall nevertheless continue in full force and effect without being impaired or invalidated in any way. 12. INTEGRATION. ThisAgreement,includingtheexhibits attached hereto,contains the entire agreement among the parties and supersedes all prior and contemporaneous oral and written agreements, understandings,and representations among the parties.No amendments to this Agreement shall be binding unless executed in writing by all of the parties. 13. WAIVER. NowaiverofanyoftheprovisionsofthisAgreementshallbedeemed,or shall constitute a waiver of any other provision,nor shall any waiver constitute a continuing waiver.No waiver shall be binding unless executed in writing by the party making the waiver. 14. NOTICES. Whenevernotice,paymentorothercommunication is required or permitted under this Agreement,it shall be deemed to have been given when personally delivered,emailed,or deposited in the United States mail with proper first class postage affixed thereto and addressed as follows: CONTRACTOR CITY Bridges Restoration,LLC City of Ukiah dba West Coast Fire Water 5846 Live Oak Drive 300 Seminary Ave. Kelseyville,CA 95451 Ukiah,CA.95482 Email:lmartinez@westcoastfireandwater.com Email:puchasing@cityofukiah.com Either party may change the address to which notices must be sent by providing notice of that change as provided in this paragraph. 15. PARAGRAPH HEADINGS. Theparagraphheadingscontainedhereinareforconvenienceandreference only and are not intended to define or limit the scope of this agreement. COU 2223 177 13 16. EXECUTION OF AGREEMENT. ThisAgreementmaybeexecutedinduplicateoriginals,eachbearingthe 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. WHEREFORE,thepartieshaveenteredthis Agreement on the date first written above. CONTRACTOR CITYOFUKIAH By:By: LeonardoMartinez SageSangiacomo DirectorofLargeLoss CityManager California Contractor's License Number:1036250 Department of Industrial Relations Registration Number:1000040614 German COU 2223 177 14 EXHIBIT A SCOPE The work is for any and all necessary cleaning and/or restoration services at 1350 Hastings Road, Ukiah,California,that are eligible expenses covered under Claim Number 002 059250 00.Q as approved by McLarens Insurance and the City of Ukiah.Any expenses not pre approved by McLarens Insurance and the City of Ukiah will be the sole responsibility of West Coast Fire and Water. 1 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com Insured: City of Ukiah Home: (707) 463-6233 Property: 1350 Hastings Rd Ukiah, CA 95482 Estimator: Leo Martinez Business: (707) 245-7017 E-mail: lmartinez@westcoastfireandw ater.com Position: Director Of Large Loss Company: West Coast Fire and Water Business: 3001 South State St #5 Ukiah, CA 95482 Claim Number:Policy Number:Type of Loss:<NONE> Date of Loss:Date Received: Date Inspected:Date Entered: 5/14/2020 9:00 AM Price List: CAUK8X_SEP22 Restoration/Service/Remodel Estimate: T&MPRICING EXHIBIT B 2 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 2 CODES Main Level REGULAR WAGE (NON PREVAILING) REGULAR WAGE DESCRIPTION QTY UNIT PRICE TOTAL NON PREVAILING WAGE RATE*** 1. Skilled Labor 1.00 HR @ 75.00 =75.00 2. Supervisor 1.00 HR @ 85.00 =85.00 3. Project Manager 1.00 HR @ 100.00 = 100.00 4. Project Manager- large loss 1.00 HR @ 125.00 = 125.00 5. Project Estimator 1.00 HR @ 120.00 = 120.00 6. Skilled Biohazard Technician 1.00 HR @ 120.00 = 120.00 7. Biohazard Supervisor 1.00 HR @ 125.00 = 125.00 8. Health and Safety Officer 1.00 HR @ 75.00 =75.00 9. Admin 1.00 HR @ 40.00 =40.00 Overtime rates will be calculated as rates above x1.5 PREVAILING WAGE DESCRIPTION QTY UNIT PRICE TOTAL PREVAILING WAGE RATES*** 10. Skilled Labor 1.00 HR @ 123.00 = 123.00 11. Supervisor 1.00 HR @ 135.00 = 135.00 12. Project Manager 1.00 HR @ 130.00 = 130.00 13. Project Manager- large loss 1.00 HR @ 140.00 = 140.00 14. Skilled Microbial Remediaton Technician 1.00 HR @ 133.00 = 133.00 15. Microbial Remediation Supervisor 1.00 HR @ 145.00 = 145.00 16. Skilled Biohazard Bloodborne Pathogen Technician 1.00 HR @ 143.00 = 143.00 17. Biohazard Bloodborne Pathogen Supervisor 1.00 HR @ 155.00 = 155.00 18. Health and Safety Officer 1.00 HR @ 140.00 = 140.00 19. Admin 1.00 HR @ 70.00 =70.00 20. Resources Coordinator 1.00 HR @ 100.00 = 100.00 Overtime rates will be calculated as rates above x1.5 MATERIALS Height: 8' 3 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 3 DESCRIPTION QTY UNIT PRICE TOTAL 21. 4 mil 10X100 1.00 RL @ 140.00 =140.00 22. 4 mil 10X100 (fire resistant)1.00 RL @ 160.00 =160.00 23. 6 mil 10X100 1.00 RL @ 184.00 =184.00 24. 6 mil 10X100 (fire resistant)1.00 RL @ 315.00 =315.00 25. Absorbent 1.00 BG @ 20.00 =20.00 26. Adhesive spray 1.00 EA @ 15.00 =15.00 27. Air Neutralizer 1.00 EA @ 41.00 =41.00 28. Bags clear bags (pack of 50)1.00 BX @ 43.00 =43.00 29. Bags garbage (pack of 32)1.00 BX @ 51.00 =51.00 30. HEPA vac debris bag 1.00 EA @ 30.00 =30.00 31. Bio hazard bags (pack of 50)1.00 BX @ 75.00 =75.00 32. Booties (pair)1.00 EA @ 1.00 =1.00 33. Botanical disinfectant 1.00 GL @ 95.00 =95.00 34. Box Large 4.5 cubic feet 1.00 EA @ 8.00 =8.00 35. Box Medium 3 cubic feet 1.00 EA @ 6.00 =6.00 36. Box Small 1.5 cubic feet 1.00 EA @ 4.00 =4.00 37. Box waredrobe 24X24X34 1.00 EA @ 23.00 =23.00 38. Bubble wrap roll 1.00 RL @ 115.00 =115.00 39. Carpet shield protector 200'1.00 EA @ 114.00 =114.00 40. Chemical sponges 1.00 EA @ 5.00 =5.00 41. Cleaner glass 1.00 EA @ 15.00 =15.00 42. Cleaner heavy duty degreaser 1.00 EA @ 65.00 =65.00 43. Deoderizer for ducting 1.00 GL @ 47.00 =47.00 44. Deoderizer smoke/odor 1.00 GL @ 126.00 =126.00 45. Deoderizer thermal fog 1.00 GL @ 168.00 =168.00 46. Dry Ice 1.00 LB @ 10.00 =10.00 47. Duct sealant 1.00 GL @ 70.00 =70.00 48. Encapsulant smoke/odor 1.00 5G @ 450.00 =450.00 49. Filter carbon 1000/1200 1.00 EA @ 100.00 =100.00 50. Filter carbon 2000 1.00 EA @ 170.00 =170.00 51. Filter carbon 500 1.00 EA @ 70.00 =70.00 52. Filter HEPA 1000/1200 1.00 EA @ 254.00 =254.00 53. Filter HEPA 2000 1.00 EA @ 294.00 =294.00 54. Filter HEPA 500 1.00 EA @ 194.00 =194.00 55. FIlter pad 1000/1200 1.00 EA @ 3.00 =3.00 56. FIlter pad 2000 1.00 EA @ 3.00 =3.00 57. Filter pad 500 1.00 EA @ 3.00 =3.00 58. Filter pleated 2000 1.00 EA @ 20.00 =20.00 59. Filter pleated 500 1.00 EA @ 16.00 =16.00 60. Filter pleated 1000/1200 1.00 EA @ 18.00 =18.00 4 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 4 CONTINUED - MATERIALS DESCRIPTION QTY UNIT PRICE TOTAL 61. Filter respirator (pair)1.00 EA @ 24.00 =24.00 62. Filter respirator odor (pair)1.00 EA @ 66.00 =66.00 63. Floor scraper blades 1.00 EA @ 2.00 =2.00 64. Furniture blanket 1.00 DA @ 2.00 =2.00 65. Furniture blocks 1.00 BX @ 81.00 =81.00 66. Gloves disposable 1.00 BX @ 18.00 =18.00 67. Lay flat 12"x500'1.00 LF @ 1.00 =1.00 68. Lay flat 18"x500'1.00 LF @ 1.25 =1.25 69. Lay flat 22"x500'1.00 LF @ 1.50 =1.50 70. Lay flat 24"x500'1.00 LF @ 1.75 =1.75 71. Lay flat 30"x500'1.00 LF @ 2.00 =2.00 72. Mop/mop head/bucket combo 1.00 EA @ 25.00 =25.00 73. N-95 1.00 EA @ 5.00 =5.00 74. Paint remover 1.00 GL @ 78.00 =78.00 75. Paint plastic 10x100 2 mil 1.00 RL @ 48.00 =48.00 76. Furniture polish 1.00 EA @ 23.00 =23.00 77. Stainless steel polish 1.00 EA @ 14.00 =14.00 78. Poly hanger T clips 1.00 EA @ 8.00 =8.00 79. Rags white (60 pack)1.00 BX @ 100.00 =100.00 80. Ramboard 38" wide 100'1.00 RL @ 205.00 =205.00 81. Sand bag (filled)1.00 EA @ 40.00 =40.00 82. Saw zawzall blades (metal)1.00 EA @ 4.00 =4.00 83. Saw zawzall blade (wood)1.00 EA @ 5.00 =5.00 84. Scouring sponges (yellow or green)1.00 EA @ 3.00 =3.00 85. Shrink wrap 1.00 RL @ 66.00 =66.00 86. Tacky mat (set of 25)1.00 EA @ 120.00 =120.00 87. Caution tape 1.00 RL @ 34.00 =34.00 88. Duct tape 1.00 RL @ 17.00 =17.00 89. Packaging tape 1.00 RL @ 12.00 =12.00 90. Painters tape 2"1.00 RL @ 20.00 =20.00 91. Painters tape 3"1.00 RL @ 28.00 =28.00 92. Tyvek suits (blue)1.00 EA @ 22.00 =22.00 93. Tyvek suits (white)1.00 EA @ 20.00 =20.00 94. Tyvek suits (yellow)1.00 EA @ 24.00 =24.00 5 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 5 CONTINUED - MATERIALS DESCRIPTION QTY UNIT PRICE TOTAL 95. Water case (24 pack)1.00 EA @ 24.00 =24.00 96. Zipper (2 pack)1.00 EA @ 30.00 =30.00 97. Cleaner simple green 1.00 EA @ 43.00 =43.00 SMALL TOOLS FEE OF 3% WILL BE APPLIED TO INVOICE ON LABOR ONLY** EQUIPMENT DESCRIPTION QTY UNIT PRICE TOTAL 98. Air compressor 1.00 DA @ 100.00 = 100.00 99. Air mover 1.00 DA @ 30.00 =30.00 100. Air scrubber 1000/1200 CFM 1.00 DA @ 125.00 = 125.00 101. Air scrubber 2000 CFM 1.00 DA @ 150.00 = 150.00 102. Air scrubber 500 CFM 1.00 DA @ 80.00 =80.00 103. Airless spray 1.00 DA @ 165.00 = 165.00 104. Dehumidifer large 110-159 PPD 1.00 DA @ 175.00 = 175.00 105. Dehumidifer medium 70-109 PPD 1.00 DA @ 150.00 = 150.00 106. Dehumidifer small 69 PPD 1.00 DA @ 120.00 = 120.00 107. Desiccant dehumidifer 1,000-2,500 CFM 1.00 DA @ 710.00 = 710.00 108. Desiccant dehumidifer 10,000 CFM 1.00 DA @ 2,400.00 = 2,400.00 109. Desiccant dehumidifer 15,000 CFM 1.00 DA @ 3,350.00 = 3,350.00 110. Desiccant dehumidifer 3,000-4,000 CFM 1.00 DA @ 1,200.00 = 1,200.00 111. Desiccant dehumidifer 5000 CFM 1.00 DA @ 1,500.00 = 1,500.00 112. Desiccant dehumidifer 7,500 CFM 1.00 DA @ 2,000.00 = 2,000.00 113. Dolly 1.00 DA @ 22.00 =22.00 114. Dry ice blasting machine 1.00 DA @ 650.00 = 650.00 115. Extractor- portable 1.00 DA @ 140.00 = 140.00 116. Extractor- truck mount 1.00 DA @ 525.00 = 525.00 117. Generator 10 KW 1.00 DA @ 125.00 = 125.00 118. Generator 100 KW 1.00 DA @ 950.00 = 950.00 119. Generator 150 KW 1.00 DA @ 1,100.00 = 1,100.00 120. Generator 175 KW 1.00 DA @ 1,250.00 = 1,250.00 121. Generator 200 KW 1.00 DA @ 1,300.00 = 1,300.00 6 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 6 CONTINUED - EQUIPMENT DESCRIPTION QTY UNIT PRICE TOTAL 122. Generator 250 KW 1.00 DA @ 1,450.00 =1,450.00 123. Generator 30 KW 1.00 DA @ 370.00 =370.00 124. Generator 300 KW 1.00 DA @ 1,650.00 =1,650.00 125. Generator 400 KW 1.00 DA @ 2,450.00 =2,450.00 126. Generator 5 KW 1.00 DA @ 95.00 =95.00 127. Generator 50 KW 1.00 DA @ 600.00 =600.00 128. Generator 75 KW 1.00 DA @ 750.00 =750.00 129. Hydroxyl generator 1.00 DA @ 300.00 =300.00 130. Moisture meter 1.00 DA @ 75.00 =75.00 131. Ozone generator 1.00 DA @ 300.00 =300.00 132. Passenger van 1.00 DA @ 195.00 =195.00 133. Pick up tuck 1.00 DA @ 205.00 =205.00 134. PPE harness and lanyard 1.00 DA @ 30.00 =30.00 135. Pressure washer 1.00 DA @ 150.00 =150.00 136. Respirator full face 1.00 DA @ 12.00 =12.00 137. Respirator half face 1.00 DA @ 42.00 =42.00 138. Scaffolding 1.00 EA @ 45.00 =45.00 139. Spider box 1.00 DA @ 72.00 =72.00 140. Spider box cables 100'1.00 DA @ 62.00 =62.00 141. Thermal camera 1.00 DA @ 175.00 =175.00 142. Thermohygrometer 1.00 DA @ 70.00 =70.00 143. Vaccum back pack 1.00 DA @ 95.00 =95.00 144. Vaccum HEPA turtle 1.00 DA @ 95.00 =95.00 145. Work light temporary lighting 1.00 DA @ 20.00 =20.00 146. Workstation (table, chair)1.00 DA @ 50.00 =50.00 VEHICLES DESCRIPTION QTY UNIT PRICE TOTAL 147. Box truck small 1.00 DA @ 340.00 =340.00 148. Box truck medium 1.00 DA @ 415.00 =415.00 149. Box truck large 1.00 DA @ 510.00 =510.00 7 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 7 CONTINUED - VEHICLES DESCRIPTION QTY UNIT PRICE TOTAL 150. Cargo van 1.00 DA @ 250.00 =250.00 151. Dump truck (does not include dump fees)1.00 DA @ 600.00 =600.00 152. Dump trailer (does not include dump fees)1.00 DA @ 120.00 =120.00 153. Catastrophe trailer 1.00 DA @ 600.00 =600.00 Grand Total Areas: 384.00 SF Walls 144.00 SF Ceiling SF Walls andCeiling528.00 144.00 SF Floor 16.00 SY Flooring 48.00 LF Floor Perimeter 0.00 SF Long Wall 0.00 SF Short Wall 48.00 LF Ceil. Perimeter 144.00 Floor Area 160.44 Total Area 384.00 Interior Wall Area 456.00 Exterior Wall Area 50.67 Exterior Perimeter of Walls 0.00 Surface Area 0.00 Number of Squares 0.00 Total Perimeter Length 0.00 Total Ridge Length 0.00 Total Hip Length Coverage Item Total %ACV Total % Dwelling 29,954.00 79.77%29,954.00 79.77% Other Structures 0.00 0.00%0.00 0.00% Contents 7,594.50 20.23%7,594.50 20.23% Total 37,548.50 100.00%37,548.50 100.00% 8 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 8 Summary for Dwelling Line Item Total 29,954.00 Replacement Cost Value $29,954.00 Net Claim $29,954.00 Leo Martinez Director Of Large Loss 9 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 9 Summary for Contents Line Item Total 7,594.50 Replacement Cost Value $7,594.50 Net Claim $7,594.50 Leo Martinez Director Of Large Loss 10 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 10 Recap by Room Estimate: CODES Area: Main Level Area: REGULAR WAGE (NON PREVAILING) REGULAR WAGE 865.00 2.30% Coverage: Dwelling 100.00% =865.00 Area Subtotal: REGULAR WAGE (NON PREVAILING)2.30%865.00 Coverage: Dwelling 100.00% =865.00 PREVAILING WAGE 1,414.00 3.77% Coverage: Dwelling 100.00% =1,414.00 MATERIALS 4,759.50 12.68% Coverage: Contents 100.00% =4,759.50 EQUIPMENT 27,675.00 73.70% Coverage: Dwelling 100.00% =27,675.00 VEHICLES 2,835.00 7.55% Coverage: Contents 100.00% =2,835.00 Area Subtotal: Main Level 100.00%37,548.50 Coverage: Dwelling 79.77% =29,954.00 Coverage: Contents 20.23% =7,594.50 Subtotal of Areas 100.00%37,548.50 Coverage: Dwelling 79.77% =29,954.00 Coverage: Contents 20.23% =7,594.50 Total 37,548.50 100.00% 11 West Coast Fire and Water 5846 Live Oak Dr. #1 Kelseyville, Ca 95451 Phone: 1(888)617-3786 Fax: 1(888)411-9985 Federal Employer Identification Number #90-0725162 service@westcoastfireandwater.com T&MPRICING 3/24/2023 Page: 11 Recap by Category Items Total % CONT: PACKING,HANDLNG,STORAGE 2,835.00 7.55% Coverage: Contents @ 100.00% =2,835.00 LABOR ONLY 2,279.00 6.07% Coverage: Dwelling @ 100.00% =2,279.00 USER DEFINED ITEMS 4,759.50 12.68% Coverage: Contents @ 100.00% =4,759.50 WATER EXTRACTION & REMEDIATION 27,675.00 73.70% Coverage: Dwelling @ 100.00% =27,675.00 Subtotal 37,548.50 100.00% 12 T&MPRICING 3/24/2023 Page: 12 Main Level MATERIALSMATERIALS Main Level 12' 12' 8" 12 12 8