Loading...
HomeMy WebLinkAboutCC Resolution 10406 (Geotechnical Oversight)RESOLUTION NO. 10406 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL ACCEPTING A PROPOSAL FROM HARDING LAWSON ASSOCIATES (HLA) TO CONDUCT CONSTRUCTION HEALTH AND SAFETY AND GEOTECHNICAL OVERSIGHT IN THE AMOUNT OF $182,700 AND AUTHORIZING EXECUTION OF AGREEMENT FOR THE SECOND STREET WIDENING AND LINDARO RULE 20A UNDERGROUND DISTRICT. BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, the City is widening the south side of Second Street from the PG & E Company substation to the US 101 on-ramp; and WHEREAS, the City proposes to install electric, telephone and cable lines within the District in underground trenches along Lindaro, Second, Third and Ritter Streets and also along Lincoln Avenue; and WHEREAS, contaminated soil is known to be present along portions of these streets; and WHEREAS, staff requested and HLA is willing to conduct construction health and safety and geotechnical oversight for the above-mentioned project; and WHEREAS, HLA has furnished a proposal to include these services; and WHEREAS, staff finds that the content and cost of the proposal to be acceptable and within industry standards; and WHEREAS, the Agreement will be approved by the City Attorney prior to being executed. NOW, THEREFORE, BE IT RESOLVED the Council of the City of San Rafael hereby authorizes the City Manager to execute an Agreement with HLA to conduct construction health and safety and geotechnical oversight in the amount of $182,700 for the Second Street Widening and Lindaro 20A Underground District Project. I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 17`h day of May, 1999, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips, and Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JE A4 LA IE LEO •INI, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into this 17th day of MAY , 1999_,by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and HARDING LAWSON ASSOCIATES (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that consulting services are required to conduct construction health and safety and geotechnical oversight for the SECOND STREET WIDENING AND LINDARO RULE 20A UNDERGROUND DISTRICT PROJECT and WHEREAS, the CONTRACTOR has offered to render certain specialized professional services in connection with this Project. AGREEMENT NOW, TBEREFORE, the parties hereby agree as follows: 1. DEFINITIONS. 2. PROJECT COORDINATION. A CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Public Works Director is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR Janet Peters is hereby designated as the PROJECT DIRECTOR for CONTRACTOR Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within seven (7) business days of the substitution. 3. DUTIES OF CONTRACTOR CONTRACTOR shall perform the duties and/or provide services as follows: the CONTRACTOR agrees to provide professional services as an Engineering Consultant to prepare recommendations for implementing the Priority Projects Procedure, as outlined in the Proposal from CONTRACTOR dated April 26, 1999, marked Exhibit "A", attached hereto, and incorporated herein by this reference. The CONTRACTOR agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A". Agreement • 1 Uy 4. DUTIES OF CITY. CITY shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 5. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A". Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR 6. TERM OF AGREEMENT. The term of this Agreement shall be from the date of execution until the Project is complete. 7. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terniinate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR'S documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 8. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. The CITY agrees that all documents, including but not limited to, drawings, specifications, and reports, Agreement • 2 prepared by CONTRACTOR pursuant to this Agreement are instruments of service in respect to the Project. They are not intended or represented to be suitable for reuse by the CITY or others on modifications or extensions of the Project or on any other project. Any reuse without prior written verification or adaptation by CONTRACTOR for the specific purpose intended will be at the CITY's sole risk and without liability or legal exposure to CONTRACTOR Any such verification or adaption of documents requested of CONTRACTOR by CITY will entitle CONTRACTOR to additional compensation at rates to be agreed upon by CITY and CONTRACTOR 9. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 10. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 11. INSURANCE. A During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 11. A, shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall Agreement • 3 be endorsed for contractual liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies; 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CIT'Y's PROJECT MANAGER; 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 12. INDEMNIFICATION. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement. CONTRACTOR's indemnification obligation hereunder shall not apply to the extent such claims, demands, suits, judgements, losses or liability or expense of any kind are caused by or result in any way from any acts or omissions, intentional or negligence of CITY, or its officers, agents and employees. Agreement 9 4 13. NONDISCRIN1 NATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 14. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 15. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 16. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Mr. David M. Bernardi, Public Works Director City of San Rafael 1400 Fifth Avenue, P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Janet Peters Harding Lawson Associates 90 Digital Drive Novato, CA 94949 17. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of Agreement • 5 CONTRACTOP,its officers, agents and employees be that of an Independent Contractor and not that of an employee of CM. 18. ENTIRE AGREEMENT — AMENDMENTS. A The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 19. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 21. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. Agreement • 6 22. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOWs taxpayer identification number is 68-0146861, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL Rod Gould V City Manager ATTEST: CONTRACTOR By: Harding Lawson sociates Name: Janet Peters Title: Principal Geologist Services/Professional Services Contract Form -1 (Revised 4/96) Agreement - 7 Harding Lawson Associates EXHIBIT A April 26, 1999 02884 101BAYA Mr. Andy Preston City of San Rafael 1400 Fifth Street San Rafael, California 94901 Proposal Construction Health and Safety and Geotechnical Oversight Second Street Widening and Lindaro Street Underground Utility District Project San Rafael, California Dear Mr. Preston: Harding Lawson Associates (HLA) is pleased to present this proposal to the City of San Rafael (City) for conducting construction health and safety and geotechnical oversight during the Second Street Widening and Lindaro Street Underground Utility District Project in San Rafael, California (Site). This proposal is based on the City's request for implementation of the Construction Health and Safety (HSP) and Soils Management Plans (SMP) prepared by HLA for the project which were included in bid specification packages prepared by CSW/Stuber-Stroeh and Harris Associates. It is HLA's understanding that a construction contractor and construction manager (CM) will be selected by May 1999, and that work is scheduled to begin in June 1999. Although, many activities can be accurately scoped at this time, others require input from the CM and the contractor. For those activities, HLA has estimated the scope and budget and will revise accordingly after input from the CM and the contractor. DESCRIPTION OF SITE/PROJECT The proposed street widening comprises an area approximately 16 -feet -wide by 1,400 -feet -long on the south side of Second Street and extends from the west end of the Pacific Gas and Electric Company (PG&E) substation to the US 101 on-ramp. As part of this project, storm drain and sanitary sewer lines and other utilities within the roadway alignment will be abandoned and/or relocated. Portions of the roadway alignment are owned by Fair, Isaac and Company, Inc. (Fair, Isaac), the City, and the Golden Gate Bridge District (GGBD). The City plans to install electric, telephone, and cable -television lines within the District in underground trenches that will be excavated along Lindaro Street, Lincoln Avenue, Second Street, Third Street, and Ritter Street. Contaminated soil and groundwater are known to be present along the portions of the Second Street roadway alignment and along portions of the planned utility trenches along Second Street, Lindaro Street, Ritter Street, and Lincoln Avenue. Contaminated soil is present along the Fair, Isaac Engineer ng and Environmental Services 90 Diaital Drive. Novato, CA 94948 415/883-0112 Fax: 415 834-3300 April 26, 1999 02884 101BAYA Mr. Andy Preston City of San Rafael Page 2 Harding Lawson Associates property, which was previously owned and operated by PG&E. In addition, contaminated soil is also present associated with the former PG&E manufactured gas plant located between Brooks and Lindaro streets and Second and Third streets. The City property on the southeast corner of Second Street and Lincoln Avenue was previously occupied by a Shell Oil Company service station and contaminated soil and groundwater have been identified. In addition, contaminated soil and groundwater are also associated with the Unocal Station on the northwest corner of Second Street and Lincoln Avenue. Lastly, contaminated soil is present along that portion of Second Street that is owned by the GGBD. A more detailed description of the type and location of the contamination associated with these areas was presented in Soil Management Plan, Second Street Widening and Lindaro Street Underground Utility District Project, San Rafael, California, dated February 22, 1999, along with the plan to handle the contaminated soil during construction and the prescribed health and safety procedures (HLA, 1999a). SCOPE OF WORK HLA proposes to perform the scope of work described in Tasks 1 through 3 below. Task 1 comprises pre -construction and all oversight activities including air monitoring and soil sampling; Task 2 outlines the reporting activities; and Task 3 describes management activities including weekly construction meetings. Task 1- Construction Health and Safety and Geotechnical Oversight HLA will provide construction health and safety and geotechnical oversight, which will include implementing the Construction HSP and SMP. The following describes the services HLA will provide. Task 1.1- Health and Safety Oversight and Implementation HLA will document that all construction activities are conducted in accordance with the approved HSP (HLA, 1999b). An HLA Site Safety Officer (SSO) will be present at the Site during all construction activities that involve the movement of potentially contaminated soil and provide on- call service at all other times during construction. HLA will conduct daily health and safety meetings, oversee implementation of the HSP, conduct continuous meteorological monitoring, and provided personal and perimeter air monitoring. These activities will include the following: • Mobilizing to the Site, setting up Site control zones, and installing one meteorological and four air monitoring stations. Because background sampling was conducted during the Fair, Isaac construction project in summer 1998, it is HLA's opinion that data collected during that sampling program is adequate for this project and no further background sampling is required. • Maintaining Site security • Conducting daily health and safety tailgate meetings • Implementing proper personal protective equipment levels April 26, 1999 02884 101BAYA Mr. Andy Preston City of San Rafael Page 3 Harding Lawson Associates Conducting real-time field monitoring and collecting samples for laboratory analysis to monitor potential exposures to the public and onsite workers in accordance with the HSP. In accordance with the HSP, ambient and personal air monitoring samples will be collected five days a week during the first week of work and three days a week thereafter. Personal air samples will be collected from two personnel during each sampling interval for PNAs and BTEX. At this time, it is anticipated two ambient monitoring stations will be required to monitor airborne particles for PNAs at the perimeter of the Site. However, if construction staging/sequencing are set such that two ambient samples do not provide adequate coverage, more samples may be required. Total anticipated samples are as follows: - 6 PNA ambient air samples on expedited turnaround time during the first week of work and 66 PNA ambient samples on a normal turnaround time thereafter - 5 PNA and BTEX personal air samples on expedited turnaround time during the first week of work and 40 PNA and BTEX personal air samples on a normal turnaround time thereafter. Project costs are based on HLA providing oversight services over an approximately three-month period between June 1 and September 1, 1999, and the contractor working one 10 -hour work shift per day between the hours of 7:00 p.m. and 5:00 a.m. Task 1.2 - Geotechnical Oversight HLA will provide geotechnical oversight services during construction activities at the Site, which will include any geotechnical testing required to meet City specifications outlined in the April 1999 Bid Specification package. An HLA engineer will observe and document the following activities: • Utility trench overexcavation and backfill • Subgrade and subbase preparation and fill placement • Installation of light and signal pole foundations. The HLA engineer will provide the results of their observations and any testing performed to the City Engineer overseeing the project. Task 1.3 - Soil Management Plan Implementation HLA will oversee the management of soil generated during site grading and excavation operations and installation of utilities at the Site, specifically contaminated soil encountered during these activities. Work will be conducted in accordance with the procedures described in HLA, 1999a. The following tasks to be covered under the management plan are as follows: • Mobilization - Mobilization of the contractor's equipment and establishment of the decontamination areas, the exclusion zones, and the contamination reduction zones as described in the HSP • Clearing and Grubbing - Removal of the concrete sidewalk and asphalt as well as stripping of any surface vegetation. Any monitoring wells that are in the road widening right-of-way will require marking and protection during construction 4V April 26, 1999 02884 101BAYA Mr. Andy Preston City of San Rafael Page 4 Harding Lawson Associates • Site Excavation and Grading — The scarifying, moisture conditioning, and compacting of all areas to receive materials as recommended in HLA's geotechnical report. All excavated soil will be screened using protocol described in the HSP • Import of Clean Soil — The hauling, placing, and compaction of clean import fill and backfill materials where necessary to meet final grade. Fill material will be checked by the project geotechnical engineer to verify it meets the criteria listed in HLA's geotechnical report. • Installation of Subsurface Underground Utilities — Installation of trenches to place new utilities or abandon/move existing ones in accordance with OSHA excavation and trench safety regulations. It is assumed that a licensed HAZMAT contractor will install the necessary utilities or the proper barrier will be placed as described in the SMP. HLA will monitor compliance to these requirements. • Stockpiling and Testing of Contaminated Soil — Stockpiling and testing of contaminated soil will also be performed as outlined in Section 3.0 of the SMP. Laboratory costs for stockpile sampling are based on soil amounts specified in the bid specification package prepared by CSW/Stuber-Stroeh and Harris Associates and the analyte list presented in the SMP, and are as follows: — 12 soil samples for PNAs, TPH, and lead on an expedited turnaround time — 10 soil samples for TPH and BTEX on an expedited turnaround time — 8 soil samples for TCLP/STLC lead on an expedited turnaround time — 8 soil samples for RCI on an expedited turnaround time. HLA will also direct the contractor on appropriate measures to be taken to suppress dust emission and odors during construction activities. Task 2 — Reporting Activities HLA will prepare a short report, which describes the site activities and health and safety monitoring performed during the road widening and utility improvement activities. This report will also present the results of all air monitoring conducted and soil and groundwater samples collected during characterization for offsite disposal. A separate geotechnical summary report documenting observations and testing will also be prepared. Task 3 — Project Management and Meetings Management activities will be performed to track and control progress of the construction activities and include invoice review and oversight activities related to work efforts performed by subcontractors. Meeting costs are based on one construction meeting per week attended by the SSO. April 26, 1999 02884 101BAYA Mr. Andy Preston City of San Rafael Page 5 COST ESTIMATE Harding Lawson Associates HLA proposes to provide the services described above on a time -and -materials basis in accordance with the attached schedule of charges. The total estimated cost for each task is summarized below. Task 1 - Construction Health and Safety and Geotechnical Oversight HLA Labor $67,500 Equipment 33,600 Laboratory 58,500 Task 2 - Reporting Activities HLA Labor 8,100 Task 3 - Project Management and Meetings HLA Labor 15,000 Total Estimated Costs $182,700 Project costs are based on the assumptions discussed above and HLA providing oversight services over an approximately three-month period between June 1 and September 1, 1999, and the contractor working one 10 -hour work shift per day between the hours of 7:00 p.m. and 5:00 a.m. Laboratory costs for air sampling are based on analysis of ambient and personal samples for PNAs and BTEX as discussed above. Laboratory costs for stockpile sampling are based on expected turnaround times, soil amounts specified in the bid specification package prepared by CSW/Stuber- Stroeh and Harris Associates, and the analyte list discussed above and presented in the SMP. HLA appreciates the opportunity to submit this proposal to the City, and looks forward to working with you on this and future assignments. Please feel free to contact Ms. Peters at (415) 884-3103 or Mr. Lieberman at (415) 884-3158 if you have questions. Yours very truly, HARDING LAWSON ASSOCIATES ary A. Lie erman Senior Geologis Janet Peters Principal Geologist GALgP:gVGJ53889.DOC-OFS/SanRdael Attachment: Schedule of Charges 0 April 26, 1999 02884 101BAYA Mr. Andy Preston City of San Rafael Page 6 REFERENCES: Harding Lawson Associates Harding Lawson Associates, 1999a. Soil Management Plan, Second Street Widening and Lindaro Street Underground Utility District Project, San Rafael, California. February 22. , 1999b. Construction Health and Safety Plan, Second Street Widening and Lindaro Street Underground Utility District Project, San Rafael, California. February 22. 0 Exhibit A Harding Awson Associates Prepared for The City of San Rafael (discounted rate) The following rates ane effective immediately and will be adjusted annually on January 1 to reflect merit and economic salary increases. Professional Clerical $ 47.00/hour and Technical Technical Word Processor 51.00/hour Services Field Technician 51.00/hour Senior Field Technician 60.00/hour Drafter/CAD Operator 60.00/hour Proiect Administrator/Proiect Coordinator 60.00/hour Technical Editor 60.00/hour Staff Engineer and Scientist 68.00/hour Proiect Engineer and Scientist 81.00/hour Senior Engineer and Scientist 96.00/hour Associate Engineer and Scientist 112.00/hour Principal Engineer and Scientist 128.00/hour Consulting Vice President 145.00/hour Contract Labor From time to time, Harding Lawson Associates retains outside Professional and Technical labor on a temporary basis to meet peak work load demands. Such contract labor will be charged at regular Schedule of Charges rates. Litigation Expert testimony in depositions, hearings, mediation, and trials will be charged at 200% of the Support above rates. Travel Time Travel time will be charged at regular hourly rates, for actual time involved (8 -hour maximum). Equipment CADD/Microcomputer $ 25.00/hour Personal Computer 25.00/hour Truck and Field Test Equipment 15.00/hour 4 -Wheel Drive Track 15.00/hour 1/2- to 1 -Ton Pickup Truck 10.00/hour Automobile 0.31/mile Geophvsical Equipment Separate Schedule Geotechnical & Environmental Monitoring Equipment Separate Schedule Other Computer Services Separate Schedule Outside Rental of equipment not ordinarily furnished by Harding Lawson Associates Services and all other costs such as special printing, photographic work, travel by common carrier, subsistence, subcontractors, etc. cost + 10% Communication In-house costs for long-distance telephone, telex, telecopier, postage, project labor & Reproduction and printing. charges x 3% Terms Billings are payable upon presentation and are past due 30 days from invoice date. A finance charge of 1.5 percent per month, or the maximum amount allowed by law, will be charged on past -due accounts. Harding Lawson Associates makes no warranty, either expressed or implied, as to its findings, recommendations, specifications, or professional advice except that they are prepared and issued in accordance with generally accepted professional practice. This fee schedule includes data that is considered confidential and shall not be copied or otherwise disclosed beyond the use intended in this contract or proposal. GJ53889.DOC-OFS/SanRafaal